Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2003 FBO #0562
SOLICITATION NOTICE

70 -- 70 - Meridian Mail Voicemail System Upgrade

Notice Date
6/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
FU330030900200
 
Response Due
6/25/2003
 
Archive Date
7/10/2003
 
Point of Contact
Douglas Willard, Contract Specialist, Phone 334-953-0224, Fax 334-953-2198, - Sandra Turner, Contracting Officer, Phone (334) 953-2772, Fax (334) 953-3543,
 
E-Mail Address
douglas.williard@maxwell.af.mil, sandra.turner@maxwell.af.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FU330030900200 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20030603. This acquisition is a 100% set-aside for small business. The North American Industry Classification System code is 334210 with a small business size standard of 1000 employees. Line Item 0001: Expand existing Meridian Mail system in accordance with specification of requirement below. Line Item 0002: Installation in accordance with specification of requirement below. DISCLOSURE OF PROPOSAL REVIEW: DynCorp Technical Services LLC will review and determine acceptability of the technical portion of the proposal. DynCorp is the contractor who maintains Maxwell AFB and Gunter Annex’s communication equipment. SPECIFICATION OF REQUIREMENT: This is a firm-fixed priced requirement to expand the existing Meridian Mail System to a minimum 64 ports, 400 hours, Release 12, 4 nodes. The purpose of the requirement is to double the current system capacity which currently has 2 nodes and holds approximately 200 hours of memory, supporting 500 voicemail box addresses and other voice menu options. The proposed price should include database preparation and on-site installation. The system, once installed must include a minimum of 36-month warranty that includes Advance Warranty Replacements. Advance Warranty Replacement of hardware must include replacement by overnight courier or dispatch. Database preparation includes complete programming needed to have the system fully functional. Programming of individual mailboxes will be the responsibility of the client with the help of the offeror support staff if required. Installation of the system will be completed over the course of one day, and includes setup of the MSL-100 to the Meridian Mail, configuration of any ports necessary for integration and cut over of all hardware contained in the proposal. An on-site, informal briefing will be provided by the offeror to identify any procedural changes to maintaining the system. Any applicable operating manuals or user guides will be provided at the time of installation. After installation, qualified dial up support from Nortel Certified Engineer or over the phone support from the engineering staff must be available. NOTE: Refurbished parts WILL NOT be accepted. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of two sections: (1) price and (2) technical. The price section of your proposal shall consist of a price quote for each line item (0001 and 0002) referenced above. In the technical section, the offeror shall provide a technical proposal that demonstrates an understanding of this requirement. BASIS FOR AWARD: The government intends to award a contract to the offeror that represents the best value to the Government considering price and technical proposal. Award will be made to the lowest evaluated priced responsible offeror that meets all the minimum mandatory criteria in the RFQ. The Government’s technical evaluation team shall evaluate each technical proposal on an acceptable/unacceptable basis based on the following MANDATORY CRITERIA; (1) Offeror must adequately describe a voicemail system that is compatible to the existing system identified in the specification of requirement, and (2) Offeror must clearly provide proof of certification of Nortel Certified Engineer. Delivery will be required within 45 days of award to MSD/ITVP, 101 Kirkpatrick Avenue, Building 942, Maxwell AFB, AL 36112. A two-week notice must be given prior to delivery to allow for proper acceptance due to increased security postures. Delivery will be coordinated with Mr. Glen Armand at (334) 953-2704. FOB is Destination. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Oct 2000), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (July 2002); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2002) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000), and 52.219-6, Notice of Total Small Business Set-Aside (July 1996). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Apr 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jul 2000); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Feb 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (May 2002) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. All quotes must be for all items as stated, partial quotes will not be considered. Award will be made to one vendor. Responses/Offers are due by the close of business (3:00 PM CDT) on 25 June 2003. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. All proposals must be faxed to (334) 953-2198 attn: Mr. Douglas Willard, e-mailed to douglas.willard@maxwell.af.mil (subject: FU330030900200), or mailed to 42 CONS/LGCB, attn: Mr. Douglas Willard, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/FU330030900200/listing.html)
 
Place of Performance
Address: Maxwell Air Force Base, Alabama
Zip Code: 36112-6334
Country: USA
 
Record
SN00346610-F 20030614/030612215401 (fbodaily.com)
 
Source
FedBizOpps.gov 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.