Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
MODIFICATION

70 -- PHONE SWITCH UPGRAGE

Notice Date
8/15/2007
 
Notice Type
Modification
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
CMT81207045
 
Response Due
8/17/2007
 
Archive Date
9/1/2007
 
Point of Contact
Tara Whitaker, Contract Specialist, Phone 618-229-9485, Fax 618-229-9177, - Tara Whitaker, Contract Specialist, Phone 618-229-9485, Fax 618-229-9177,
 
E-Mail Address
Tara.Whitaker@disa.mil, Tara.Whitaker@disa.mil
 
Description
THIS AMENDMENT CLARIFIES THAT DELIVERY OF THE HARDWARE MUST BE MADE NLT 26 SEPTEMBER 2007. Referance #: CMT81207045 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, HardwareSection (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue a combined/synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition is for the purchase of a Nortel Phone Switch Upgrade and maintenance services for DITCO and upgrades PBX to Succession Release 4.5 and Migrate to Call Pilot 4.0. The requirement is for the Upgrade of Nortel Option 81c Telephone Switch System and Upgrade the Switch with new hardware and software located at DITCO bldg 3600, for the period 15 July 2007- 30 September 2007. All quotes must be for BRAND NEW products. Quotes for used, re-furbished, etc items will not be accepted. This requirement is not set-aside. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Vendors providing quotes must be authorized resellers of the OEM. All quotes are due NLT 17 Aug 2007, 10am CST. Questions will be accepted until 14 Aug 2007, 10am CST. Please contact Tara.Whitaker@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ SUMMARY OF REQUIREMENTS Including Installation (OBJECTIVE) Upgrade PBX to Succession Release 4.5 and Migrate to Call Pilot 4.0 Migration of approximately 600 Meridian Mail users data to Call Pilot Card Cage Upgrade and FNF installation to performed after hours Call Pilot to be installed during normal hours Call Pilot Migration to be done after normal hours Basic Call Pilot Admin Training Installation includes 1 year warranty on parts and labor included with proposal Cutover to take over after normal duty hours Hardware may be changed during duty hours as long as no outages occur Government will be responsible to provide escorts Qty Part # Description 1 N0119574 NORTEL 25FT ETHERNET CABLE, CAT 5 2 NT6D41CA PWR Supply DC CE CEPS-DC 1 NTE900KX CS 1000M MG Specifier code 8 NTE976AA DSN Increment Charge 1 NTE976BA DSN Enhancement Surcharge 704 NTE977LL DSN SW Upg to Cur Like/Like 1 NTHU50DA Cardcage Upgrade to CP PIV DC 1 NTRH9017 NORTEL 10BASET TWISTED PAIR HUB 1 NTUB53AB CP(OHW) Extrnal Tape Drive Kit 1 NTUB56CA IPE Monitor Kit 1 NTZE39AB CP_M1 CS1000M E S/W Intgratn 1 NTZE4001 Callpilot New Sys 1 NTZE4008 Meridian Mail to CallPilot Mig 1 A0645811 NORTEL 10BASET HUB POWER CORD 1 NT5D12AHE5 Dual DTI/PRI T1 Card 2 NT5D52ACE5 Ethernet Adapter IPE Mod 2 NT8D79AC Cable PRI/DTI Clock Ctrllr 4ft 2 NT8D79AD Cable PRI/DTI Clock Ctrllr 6ft 1 NTDU27DC Signaling Server - Release 4.5 5 NTDU92BBGS IP 2004 Charc T1/Key 1 NTE900PG Opt81/81C FNF Upgrade 1 NTE900PJ PBX 81C/1000M MG upg to CP PIV 8 NTE904DA 8 Adv Net Digital Set License 64 NTE904GA 1 Adv Net ACD Agent License 1 NTHU37AA Upg Network Group to FNF-Grp0 1 NTHU38AA UPG NWK GRP TO FNF (NOT GP 0) 10 NTMN34GA66 M3904 Professional Platinum 2 NTRB53AA Clock Controller PC Pack 4 NTRC48AA Cable 6.5 FIJI Fiber SonetRing 2 NTRH9101 ETHERNET 802.3 10BASE T TRANSCEIVER MAUMIL-10P KIT 1 NTTK14AB PWR Cord 9.9ft 11CM 125VA 1 NTUB16AB CallPilot External MODEM Kit 1 NTUB24BA CP4.0 Migr. Util Kit 1 NTUB59AC IPE CD-ROM Kit 1 NTUB93CA PE-51C81C 1000M S/H/M&1000E 1 NTZB94CCE5 ICB 62-Port Package Release 4 6 NTZE07EA CP(F) Voice Channels 2 Add 1 NTZE19CA Multimedia Mailbox /Voice-100 1 NTZE19EA Multimedia Mailbox /Voice-500 1 NTZE80CA CP4.0 201i Sys 6 P0605337 Panel cPCI Card Slot Filler 1 Training 1 INSTALLATION PRICING FOR ALL LINE ITEMS IS REQUIRED. IF A LINE ITEM IS NO COST PLEASE ANNOTATE. The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and 52.217-8 Option to Extend Services.
 
Place of Performance
Address: 2300 East Drive, Bldg 3600, Scott AFB, IL. 62225
Zip Code: 62225-5406
Country: UNITED STATES
 
Record
SN01372931-W 20070817/070815220144 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.