Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

D -- OCTEL 350 Voice Mail Maintenance

Notice Date
9/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02, RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-08-10814
 
Response Due
9/16/2008
 
Archive Date
10/16/2008
 
Point of Contact
CHRISTOPHER S. DAVIS, Contract Specialist, Phone: 919-541-4609, E-Mail: davis.christopher@epa.gov; JOEL P. SMITH, Placement Contracting Officer, Phone: 9195-541-0184, E-Mail: smith.joel@epa.gov<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is PR-NC-08-10814, and the procurement is being issued as a set-aside for Service Disabled Veteran Owned Small Business competition Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. All responses from responsible Small Business sources will be fully considered. The NAICS Code is 811213 with a Size Standard of $6.5 million. This action is for support to provide comprehensive maintenance for an Octel 350 (Voice Mail System). Base Year - CLIN 0001, Maintenance for Octel 350 Voice Mail System (1 year), Quantity: 12, Unit of Measure - Months. CLIN 0002, Time & Materials not covered under the standard maintenance agreement, Quantity 1, Unit of Measure Hours. This is a Not-To-Exceed Line Item Total Amount. Option Period I - CLIN 1001, Maintenance for Octel 350 Voice Mail System (1 year), Quantity:12, Unit of Measure - Months. CLIN 1002, Time & Materials not covered under the standard maintenance agreement, Quantity: 1, Unit of Measure: Hours. This is a Not-To-Exceed Line Item Total Amount. Option Period II - CLIN 2001, Maintenance for Octel 350 Voice Mail System (1 year), Quantity:12, Unit of Measure: Months. CLIN 2002, Time & Materials not covered under the standard maintenance agreement, Quantity: 1, Unit of Measure: Hours. This is a Not-To-Exceed Line Item Total Amount. The requirements shall include the following: The contractor shall provide comprehensive maintenance for an Octel 350 (voice mail system). The scope of work is as follows: The contractor shall provide maintenance coverage 24 hours, 7 days per week for an Octel 350 system. The contractor must be an Avaya authorized distributor or authorized business partner with access to the Technical Assistance Center (TAC) of an Octel Maintenance provider. Onsite response time for major problems after notification shall be no longer than 4 hours. Major problems consist of, but not limited to, unscheduled total system outage and failure to reboot, system manager terminal (SMT) not accessible, if 25% or more of the ports are not active, one or more drives fail, loss of system integration, continuous system restarts, system unable to collect call detail records, message-waiting not functioning properly, and networking not functioning properly. The contractor shall provide remedial maintenance to include diagnosis and repair of hardware and software problems. Provide software updates which will improve system performance and addresses safety issues. In the event of a system outage or disaster, the contractor shall provide the necessary parts and/or installation within 24 hours or less. EPA existing system configuration for the Octel 350 includes Aria 3.11.05 software, 72 ports, two 4-GB system drives, 400 message hours, RS232-SMDI integration with a GTE Nortel DMS-100, voice mailbox with a capacity of 6000, fax mailbox capacity of 1955, global message redundancy (GMR), LAN card to support connectivity to the OctelAccess software (OAS) server, software features include: Networking, Bulletin Broadcast, Fax Processing, Fax on Demand, System Backup, ECP, Octel Forms, Decision Pro, Follow-Me-Forward, Index I and II, Automatic Number Identification (ANI), Visual Messenger, System Tape Back-up, and PowerCall. The contractor shall install, support, maintain and troubleshoot the new software and hardware specified. In addition, the contractor shall provide services, on a time and materials basis, for services that may be required that are not included in the standard maintenance agreement. These services will be ordered on a per call basis by the EPA Project Officer. Note: also see attachment entitled Agency Personal Identity Verification Procedures for Contractor Personnel on http://www.epa.gov/oam/rtp_cmd/ regarding security requirements. The period of performance will be a base period from 1 October 2008 through 30 September 2009 then to include two additional Option Years 10/1/2009 through 9/30/2010 and 10/1/2010 through 9/30/2011. The place of performance for maintenance is Research Triangle Park, NC. FAR provisions and/or clauses referenced are available on-line at http://www.arnet.gov/far/. Solicitation Provision FAR 52.212-2, Evaluation Commercial Items is hereby incorporated. The evaluation criteria to be included in paragraph (a) of provision 52.212-2 is as follows: All offerors will be evaluated on their past performance for work similar in size and scope as the requirement and their corporate experience in the area of the government's requirement. Past Performance and Corporate Experience are equal in importance. Offeors should provide references for their past performance, at least three for work performed similar in size and scope over the last three years. Offeors should also provide information regarding their corporate experience in performing and managing work similar to the government's requirement. Past Performance and Corporate Experience, when combined, are more important than cost/price. The government will award on the basis of best value. Contractors are reminded to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. To obtain a copy of the provision at this website http://www.epa.gov/oam/rtp_cmd/. Clause 52.212-4, Contract Terms and Conditions Commercial Items is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I, 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements?Commercial Item Acquisition (Feb 2007), 52.217-5, Evaluation of Options, (Jul 1990) 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). 52.222-3, Convict Labor (E.O. 11755), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-21 Evaluation of Options (Jul 1990), FAR 52.217-8, Option to Extend Services (Nov 1999), 52.217-9, Option to Extend the Term of the Contract (Mar 2000). Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201), 52.222-50, 52.232-7 Payments Under Time-and-Materials and Labor-Hour Contracts (Feb 2007) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)), Combating Trafficking in Persons and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), 52.239-1, Privacy or Security Safeguards (5 U.S.C. 3332). 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.), 52.243-3 Changes -- Time-and-Materials or Labor-Hours (Sep 2000), 52.246-6 Inspection -- Time-and-Material and Labor-Hour (May 2001) Additional terms and conditions include the clause 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment Contractor Certification that Offerors must certify and submit with offer. The FAR certifications and any subsequent amendments will be available via the Internet World Wide Web at http://www.epa.gov/oam/rtp_cmd only. Hard copies or diskettes will not be available. It will be your responsibility to frequently check the same site where the notice is posted for any amendments. All responsible sources may submit a proposal, via email or mail, referencing the RFQ number PR-NC-08-10814, no later than 2:00 p.m. 16 September 2008. Courier Delivery Address is; U.S. Environmental Protection Agency, Attn: Christopher Davis, Mail Code E105-02, 109 T. W. Alexander Drive, Research Triangle Park, NC 27711. E-mail is: davis.christopher@epa.gov. Telephone and fax requests for information will not be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=673337d03ff2505942b8573df995a284&tab=core&_cview=1)
 
Place of Performance
Address: 109 T.W. Alexander Drive Durham, NC<br />
Zip Code: 27709<br />
 
Record
SN01664407-W 20080911/080909221813-673337d03ff2505942b8573df995a284 (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.