Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
MODIFICATION

70 -- Avaya Maintenance {Repost to clarify OM Items}(Client DOD-DMDC)9T8NJBIS105

Notice Date
2/28/2008
 
Notice Type
Modification
 
Contracting Office
9988 Hibert Street , San Diego , CA 92131
 
ZIP Code
92131
 
Solicitation Number
9T8NJBIS105
 
Response Due
3/12/2008
 
Archive Date
9/8/2008
 
Point of Contact
Name: Kristen Hill, Title: Buyer, Phone: 8585372221, Fax: 6197938708cell
 
E-Mail Address
kristen.hill@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 9T8NJBIS105. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 62995_01. GSA Schedules (Identify any Open Market items ): Sellers bidding on this opportunity MUST have the items requested on the specified contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective contract AND approval from the soliciting contracting officer. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-12 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Seaside, CA 93955 The GSA FTS Region 9 requires the following items, Exact Match Only, to the following: LI 001, AVAYA ANNUAL MAINTENANCE - BASE YEAR 04/01/2008-03/31/2009 - PER ATTACHED LISTING [AVAYA CUSTOMER ID# 2919707], 1, LOT; LI 002, AVAYA ANNUAL MAINTENANCE - OPTION YEAR 1 - 04/01/2009-03/31/2010 - PER ATTACHED LISTING [AVAYA CUSTOMER ID# 2919707], 1, LOT; LI 003, AVAYA ANNUAL MAINTENANCE - OPTION YEAR 2 - 04/01/2010-03/31/2011 - PER ATTACHED LISTING [AVAYA CUSTOMER ID# 2919707], 1, LOT; LI 004, AVAYA ANNUAL MAINTENANCE - OPTION YEAR 3 -04/01/2011-03/31/2012 - PER ATTACHED LISTING [AVAYA CUSTOMER ID# 2919707], 1, LOT; For this solicitation, GSA FTS Region 9 intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. GSA FTS Region 9 is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Deliver on or before 5 days ARO. Maintenance Period of Performance 04/01/2008-03/31/2009. Vendors / sales agents submitting bids MUST BE registered in ITSS (it-solutions.gsa.gov). If vendor registration assistance is needed contact 877.243.2889 Option 2. Contact: ClientServices@FedBid.com or call 877-933-3243 to address any questions or comments Company must be registered on DOD's Central Contractor Registry (CCR). Web site is http://www.ccr.gov. Quote must include proof of CCR registration. Bid MUST be good for 30 calendar days after submission Bid per specifications requested. Bid is to include all fees, including shipping or freight costs. Provide on bid the estimated ETA, number of days, delivery can be expected after receipt of purchase order. No partial shipments unless specifically authorized at time of award All services and products provided in response to this requirement shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronics and Information Technical (EIT) Accessibility Standard (36 CFR part 1194). Quote must include statement addressing compliance or noncompliance with Section 508. Failure to comply with the above instructions or terms may result in bid being determined as non-responsive. Best Value : (Technical Qualifications ? More Important than Price as follows): Maintenance Availability ? Minimum 4 hour onsite parts and service response time. Technical Qualifications ? Must be Avaya-Certifed Technicians; and Other ? Replacement Equipment and Parts must be new Avaya brand name . Additional attachments or bid information MUST be emailed to ClientServices@FedBid.com prior to Bid closing. Please email Contract price verification information to clientservices@fedbid.com prior to closing date and time. The particular brand name, product, or feature is essential to the Government?s requirements, and market research indicated other companies? similar products lacking the particular feature, do not meet, or cannot be modified to meet, the Agency?s needs. This requirement is being issued to enhance existing hardware. It is needed in support of The Defense Manpower Data Center's (DMDC) mission is to serve as the central repository of current and historic Department of Defense (DoD) Human Resource information through the use of the Defense Eligibility Enrollment Reporting System (DEERS). DMDC's role is to be the primary source for identification and authentication of people in DoD. Through rigorous business processes, DMDC maintains a high level of security for personnel, as well as physical and logical access. In addition, DMDC has operational responsibility for the implementation of the Common Access Card (CAC), which is the standard identification card for active duty military personnel, Selected Reserve, DoD civilian employees and eligible contractor personnel. The CAC is the principal card used to enable physical access to buildings and controlled spaces and for logical access to the Department's computer networks and systems. DMDC also evaluates emerging technology associated with smart cards and develops and manages resources to support current and future requirements and advancements in technology related to the CAC. Avaya hardware has been adopted by DMDC?s program and this interface is the only one that will work with this existing hardware and software architecture. Any other type of support will add extra costs of an additional hardware and software interface. There is only one responsible hardware and software product and no other support will satisfy the Agency?s requirements because of equipment requirements. Failure to provide this single type of hardware support will have a significant adverse effect on the program?s mission. Sellers bidding on this opportunity MUST have the items requested on the specified contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers may offer Open Market items and identify them on the bid, as required in accordance with the approved Terms and Conditions of their respective contract and approval from the soliciting contracting officer. Invoicing must be submitted via ITSS according to the Purchase Order instructions in Block 20. When submitting invoice, invoice must include ONLY the line items quoted. A separate line item for a Fedbid.com fee is unacceptable and will be rejected IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT.
 
Web Link
www.fedbid.com (b-62995_01, n-10794)
(http://www.fedbid.com)
 
Place of Performance
Address: Seaside, CA 93955
Zip Code: 93955
Country: US
 
Record
SN01519996-W 20080301/080228225220 (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.