Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

D -- Maintenance and Disaster Recovery for the Callegra 6.14JITC System

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-09-T-0416-01
 
Response Due
8/31/2009
 
Archive Date
10/30/2009
 
Point of Contact
bmiller, 301-619-1078
 
E-Mail Address
US Army Medical Research Acquisition Activity
(brian.d.miller1@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 U.S. Army Medical Research Acquisition Activity (USAMRAA) is seeking BRAND NAME OR EQUAL TO maintenance and disaster recovery for the Callegra 6.14JITC system. The maintenance will be to the following system: Callegra. UC 6.14JITC System: 96 Port Callegra. UC for 10,000 users with voicemail, auto attendant, 300 unified messaging client licenses integrated to the Avaya G3 via PRI QSIG lines with 10,000 hours of voice storage. This will allow the DOIM to have all voicemail messages and recorded system messages to be stored in two locations on post. In the event of power fail or event that would cause the messages and system recordings would be recovered within ten minutes. System maintenance must be provided by the user. The new voice mail system has a feature that will allow mail recorded messages and system greetings to be saved to an alternate location in the event of major system failure, power loss or other major event where the recorded and saved messages would be lost. There is no maintenance costs included with the system after the one year warranty and there should be a maintenance plan in place to respond to all outages within a two hour time frame. The DOIM can purchase a software patch that will allow the new system to seamlessly provide the same service to multiple switch vendors. Fort Detrick will need the new system to work seamlessly with other vendors that may include voice mail to their internal and external customers. Location for maintenance and disaster recovery to the system is in Ft. Detrick, MD. This announcement constitutes the solicitation by USAMRAA, Ft Detrick, MD as a Request for Quote (RFQ) and offers must be submitted in writing (oral offers will not be accepted). The solicitation document and incorporated Provisions and Clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). The SIC Code is 4813 and the North American Industry Classification System (NAICS) code is 517919. The following Provisions and Clauses are incorporated and shall remain in full force in any resulting purchase order: FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation of Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-3 Offeror Representations and Certification-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (specifically the following clauses cited in FAR 52.212-5 are applicable to this solicitation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 222.21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration and FAR 52.247-34 F.O.B. Destination. DFARS 252.204-7004 Required Central Contractor Registration, and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (specifically the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation); DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7014 Preference for Certain Domestic Commodities, and DFARS 252.243-7002 Requests for Equitable Adjustment. This is a best value procurement. The Government may elect to award to other than the lowest priced offeror. Award will be based on compliance with essential characteristics, past performance, and price. The government reserves the right to make award on the initial offeros received without discussions. Note: THE FULL TEXT OF THE Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.deskbook.osd.mil. Defense Federal Acquisition Regulations Supplemental www.dtic.mil/dfars. Responses should be emailed to brian.d.miller1@us.army.mil no later than Monday, August 31, 2009 by 2:00pm (Eastern Standard Time). Submission should be emailed as either a pdf or MS office attachment. Submissions should be on company letterhead and include companys name, point of contact, address, phone number, fax number, DUNS Number, CAGE Code, and Solicitation Number (W81XWH-09-T-0416-01).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-09-T-0416-01/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN01924849-W 20090827/090825235635-73b966bf3b275c4cc7f58770b5eaadb1 (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.