Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOLICITATION NOTICE

D -- Avaya Voicemail System Upgrade - SOW, Brand Name Just., Wage Determination

Notice Date
3/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Reutilization and Marketing Service, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092
 
ZIP Code
49037-3092
 
Solicitation Number
SP4704-09-Q-1043
 
Archive Date
4/14/2009
 
Point of Contact
Randy J Powell,, Phone: 269-961-7110, Jo R. Spight,, Phone: 269-961-7110
 
E-Mail Address
Randy.Powell@dla.mil, jo.spight@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Wage determination for technician labor catagory Brand Name Justification Statement of Work for Avaya upgrade This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This is issued as a Request for Quote (RFQ) SP4704-09-Q-1043. This RFQ is for a contractor to provide the upgrade of the existing Avaya voice mail system to the JITC certified version 4.0.2 as listed below and on the attached Statement of Work. Work is to be performed at the HDI Federal Center in Battle Creek, MI. This is a brand name requirement due to the fact that it requires Avaya or authorized Avaya partners/dealers to perform this work. Contractor must be authorized by Avaya to provide this service. No substitution of required services is allowed. Equipment used must be new and not used or refurbished. Point of Contact: Contracting Officer, Randy Powell, Telephone 269-961-7110, email: randy.powell@dla.mil. ITEM SUPPLIES/SERVICES QTY UNIT UNIT-PRICE AMOUNT 0001 S8500C Server P/N:195406 01 EA 0002 Power Cord P/N: 216881 02 EA 0003 USB Modem P/N: 700451172 01 EA 0004 CMM Software CD CMM 01 EA P/N: 700453186 0005 Integration Service P/N: 187286 01 EA 0006 Project Manager 16 HR 0007 Engineering 08 HR 0008 Technician 04 HR 0009 Security Requirements 01 EA Additional Server Security Hardening Note: 3000 CMM-FM licenses, p/n: 216881, are to be transferred from the old system to the new system. Labor catagories listed: Project Mgr, Engineering, Technician are tied to the installation required. This is a 100% small business set aside. NAICS code is 517911 and the size standard is 1500 Employees. The resulting contract or order will be firm-fixed price. The offeror shall provide a price for each contract line item number (CLIN) in the bid schedule. The Government will make award to the responsible offeror who has the lowest overall price and who adheres to the Statement of Work. Offers are due 4:30p.m. (EST) Monday, March 30, 2009. Offeror shall submit a Completed Bid Schedule. Offers may be submitted by e-mail to Randy.powell@dla.mil, or by FAX (269) 961-4226. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Contract Terms and Conditions – Commercial Items FAR 52.212-4 (Feb 2007) Contract Terms and Conditions Required to Implement Statues or Executive Orders –Commercial Items FAR 52.212-5 (June 2006) In paragraph (b) the following clauses apply: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2008) (b) (X) (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). (X) (15) 52.219-28, Post Award Small Business Program Reresentation (June 2007) (15 U.S.C. 632(a)(2)). (X) (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (X) (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (X) (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (X) (19) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (X) (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). (X) (24) (i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.212.7001 (Sep 2005) (a)The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (X) 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c12d8428cebf346fb88ae3f6617a5a61&tab=core&_cview=1)
 
Place of Performance
Address: HDI Federal Center, 74 N. Washington Ave, Battle Creek, Michigan, 49037-3084, United States
Zip Code: 49037-3084
 
Record
SN01779081-W 20090328/090326221014-c12d8428cebf346fb88ae3f6617a5a61 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.