Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2010 FBO #3233
SOURCES SOUGHT

D -- Pass Plus GU5300 Services for the Avaya CS1000

Notice Date
9/29/2010
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207, United States
 
ZIP Code
20510-7207
 
Solicitation Number
2010-s-046
 
Archive Date
10/16/2010
 
Point of Contact
Jill T Johnson, Phone: 202-224-8498
 
E-Mail Address
jill_johnson@saa.senate.gov
(jill_johnson@saa.senate.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY TO PREQUALIFY VENDORS. THIS IS NOT A FORMAL REQUEST FOR PROPOSAL (RFP). The United States Senate Office of the Sergeant at Arms (SAA) requires a contractor to provide Pass Plus GU5300 Services for the Avaya CS1000 telephone system to include installation, ongoing technical support, maintenance, software release upgrades, patches, programming and repair activities. The Senate has deployed four (4) Avaya CS1000 telephone systems in the Washington DC metropolitan region (within 50 miles). Three of these systems are standalone units and one operates in a distributed branch configuration. Technology upgrades and maintenance /repair of these systems require the highest level of product knowledge to support the systems and provide ongoing technical support, maintenance, programming and repair activities as necessary. REQUIREMENTS The contractor shall have demonstrated experience and ability to provide: a) Avaya CS1000 design, installation, programming, maintenance (to include revision upgrades) and repair. b) The above activities are for both standalone and distributed system configurations. c) All major and minor software releases and patches shall be installed on existing systems as part of periodic maintenance under the Pass Plus GU5300 Service Plan. d) Additional items such as voltage checks on systems, ensuring proper grounding and checking batteries on systems and UPS systems shall also be performed. These items shall be checked during each site visit and replaced as needed. e) Within 4 hours of receipt of trouble notification, a certified technician shall respond to all outages that are categorized as high priority. High priority outages are defined as a system outage, loss of service, or disruption of constituents ability to contact the Senate office. The 4 hour parameter shall be met through remote telephone or on line support, parts replacement or on site dispatched support. This support may be required to be performed after normal business hours to minimize site interruption. f) Within 24 hours of receipt of trouble notification, a certified technician shall respond to all outages or troubles that are categorized as low priority. Low priority outages or troubles are those that do not fall into the category as outlined above in (b) above. The Senate Telecommunications staff reserves the right to designate any outage or trouble as high priority and will be the determining party. The Contractor shall 1) be a certified service provider both authorized and supported by Avaya; 2) and have demonstrated past performance in the following: technical management support, planning, oversight, test and evaluation analysis, troubleshooting, and maintenance and repair to include revision upgrades. The SAA invites all qualified sources to respond to this sources sought notice. The vendor response to this sources sought notice shall specifically address the three evaluation criteria below. The evaluation criteria for selection, listed in descending order of importance are as follows: 1. Professional qualifications (education, certification, registration and experience) of individuals who will perform the required services. 2. Hands on experience with each of the tasks (see Requirements). 3. Demonstrated and documented past performance on each of the requirements with similar contracts for Government agencies and private industry. Provide a minimum of five (5) past performance references within the past three (3) years. Also in your response provide organizational information including your Dun and Bradstreet number and point of contact with telephone, fax and e-mail addresses. After receipt and review of the responses to this SSN, the Senate intends to issue a solicitation. The information contained in this notice will be the only information provided by the Senate during the Sources Sought process. Failure to provide information on criteria one (1) through three (3) will result in disqualification of the vendor from further consideration. Only vendors deemed qualified will be permitted to submit proposals. If suitable responses are received from qualified sources, the Senate anticipates release of a solicitation during the fourth quarter of FY 2010. The Senate is not responsible for any costs incurred during the preparation of responses to this request. INSTRUCTIONS: Responses to this notice are due to the point of contact no later than October 15, 2010 at noon EDT and shall be submitted electronically via email only to the attention of Jill T. Johnson at acquisitions2010@saa.senate.gov. The subject line of the email message shall be: SSN 2010-S-046. No other method of transmittal will be accepted. The response shall not exceed fifteen (15) pages. Unnecessarily elaborate submissions are discouraged. Pages over the specified page limit will be discarded. Access by the Senate to information in any files attached to the response is the responsibility of the submitting party. The Senate is not responsible for any failure to access vendor information. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE SENATE. ANY REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/2010-s-046/listing.html)
 
Place of Performance
Address: Senate Office Building, Washington, District of Columbia, 20510-7207, United States
Zip Code: 20510-7207
 
Record
SN02300890-W 20101001/100929234941-f238e1f457b5c9f483553cefdf8c4f8e (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.