Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

58 -- IT HELPDESK NORTEL CALL CENTER

Notice Date
9/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-09-Q-0138
 
Response Due
9/21/2009
 
Archive Date
11/20/2009
 
Point of Contact
Julianne Hitch, 4102788476
 
E-Mail Address
USPFO for Maryland
(julianne.hitch@us.army.mil)
 
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. --------------- 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. Quotations are being requested and a written solicitation will not be issued. This solicitation, W912K6-09-Q-1038, is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30. This procurement is a 100% small business set-aside in accordance with FAR 19.502-2(a). The NAICS code is 517919 and the small business size standard for this NAICS Code is $23.0 Million. The Maryland Army National Guard (MDARNG) has a requirement to obtain and install a fully functional IT Helpdesk Nortel Call Center The contractor shall provide all labor, materials, tools, and supervision to complete the required installation based on the following scope of work: a. Install the most recent and approved version of Nortel CC 7.0 (Call Center) in the Nortel CS-1000M, currently running succession 4.5 (DSN). b. Install 10 CC CTI enabled active licenses and software on 10 computers designated by the Maryland Army National Guard (MDARNG). c. Cross level (tie together) the MDARNG current Web Help Desk (version 9.1.21) SQL database to the CC SQL database. d. The contractor shall purchase and install a rack mountable server meeting the following requirements: (1)1U in height/width; (2)Dual Power Supplies; (3)Manufacturer: Dell (4)Type: Power Edge; (5)Warranty: 4 Years; and (6)Following minimum specifications: i. OS: Microsoft Server 2003 (most recent Service Pack). Server OS must be on partition C (C:Drive) with at least 4 GB of HDD space; ii.SNMP must be installed and active; iii.IIS (Internet Information Services) must not be installed; iv.No Service Packs required; v.Minimum processor type 500 MHz Pentium III Windows 2000 Server); or 733 MHz Pentium III; vi.Minimum memory 256 Mbytes; vii.Minimum 9 Gbyte hard drive (12 Gbytes recommended); viii.CD-ROM drive (4x speed minimum); ix.3.5 floppy drive (drive letter must be A); x.Serial or USB modem that is V32 or V32bis compliant, with minimum 28 800 baud rate; xi.100Base-T network interface card for connection to the ELAN; xii.100Base-T network interface card for connection to the CLAN; xiii.IDE or SCSI Hard Drive; and xiv.HDD Speed by 7200 RPM. e. Test all CC CTI computers and SQL database to ensure proper installation and compatibility. f. Provide installation/administration training and user training for designated agents/users of the MDARNG. g. All Nortel hardware equipment will be either new or Nortel certified refurbished (if new is not available) and be the most current/vintage generation. h. One (1) each Nortel Option 81/CS-1000M PBX phone switch, currently running Succession 4.5 will be furnished by the government. i. Quotation should be in a line to line format, breaking down equipment, hardware, software and labor. The Government requires that all contractors doing business with this agency must be registered in the Central Contractors Registration (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: www.bpn.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com or by phone at (800) 333-0505. The following clauses are applicable to this acquisition: FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; FAR 52.212-2 Evaluation of Commercial Items (price, technical capability, and past performance); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (offerors must submit a complete copy with their offers. Documentation can be completed at https://orca.bpn.gov/ ). FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222.42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252-203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; and DFARS 252.247-7023, Transportation of Supplies by Sea Alternate III; All quotes/responses must be received no later than 11:59 P.M., Eastern Time, 21 September 2009. Offerors shall include, within their quotation, any documentation concerning the offerors technical capability and past performance. Final price shall be inclusive of any freight charges/travel expenses. Offers will be evaluated as to the best value to the Government. The following evaluation factors will be considered (listed in order of importance): Price, Technical Capability and Past Performance. All evaluation factors, other than price, when combined, are approximately equal to price. The Government intends to evaluate quotations/offers and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Point of Contact: Christy Hunter, Contract Specialist, 410-278-8477, FAX 410-278-8458, email at Christy.hunter1@us.army.mil Contracting Office Address: USP&FO For Maryland, Purchasing & Contracting Division, 301 Old Bay Lane, State Military Reservation, Havre de Grace, Maryland 21078-4094 Place of Performance: Camp Fretterd Military Reservation, Bldg 209, 13616 Desert Storm Lane, Reisterstown, Maryland 21136
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-09-Q-0138/listing.html)
 
Place of Performance
Address: Camp Fretterd Military Reservation, Bldg 209 13616 Desert Storm Lane Reisterstown MD
Zip Code: 21136
 
Record
SN01961307-W 20090920/090919000839-b6462d95978d93cf274fb2e6261018ba (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.