Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2007 FBO #2121
SOLICITATION NOTICE

J -- Upgrade Intertel Telephone System

Notice Date
9/15/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060407T0435
 
Response Due
9/20/2007
 
Archive Date
10/20/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Request for Quotation number N00604-07-T-0435 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20 and Defense Change Notice 20070913. The NAICS code is 44312 and the business size standard is $8.0 million. This requirement is for a fixed price contract to upgrade an existing Intertel Phone System. Sole source negotiations are being conducted with Envision Networked Solutions, the only authorized service provider for Intertel Telephone Systems in the area. CLIN 0001, Upgrade Interte l Phone System from version 5.0 to 10.0. All work shall be performed at Building 2652, Moanalua Shopping Center, Pearl Harbor, Hawaii 96813. The contractor will upgrade the standalone Inter-Tel CPU-256 Version 5.0 Axxess PBX and AxxessoryTalk version 5.0 voicemail to a CPC-256 Version 10.0 and Enterprise Messaging voicemail. The upgrade of the phone system and vocemail are required to accommodate an upgraded Automatic Call Distribution (ACD) reporting server and software called TASKE. Phone system upgrade to include a swapout to Enterprise Messaging and will include a 17? monitor, 5-port Ethernet Switch, Keyboard-monitor-mouse KVM switch and miscellaneous networking supplies. Taske upgrade to include TASKE Server, TASKE software to support 24 agents and one supervisor, PC Anyware software for remote access, and 100GB USB harddrive for backup storage. Backups and other preparation for upgrade shall be performed during normal business hours between 7:00 a.m. and 5:00 p.m., Monday through Friday, excluding Federal holidays. Work requir ing total shutdown of the system, such as the cutover to the upgrade, shall be done outside of normal business hours. The Contractor shall have prior approval from the activity point of contact before performing work outside normal business hours. Inspection and Acceptance shall be made at Destination by the receiving activity. All work shall be performed no later than two weeks after the commencement of performance. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. This is an unrestricted procurement. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specifi ed. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation/Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this offi ce): FAR 52.212-3, Offeror Representation and Certifications-Commercia l Items; FAR 52.222-48, Exemption from Application of Service Contract Act Provisions -- Contractor Certification; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT/ CCR. DFARS 252.212-7001, Contract Terms and Conditions Requ ired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7010, Levies on Contract Payments, applies. Quotes must be received by the Contracting Officer no later than 10:00 a.m. HST, 20 September 2007. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 200S.MW), 1942 Gaffney St, Ste 100, Pearl Harbor, Hawaii 96860-4549. Facsimile quotes will be accepted at 808/473-3524. E-mail quotes may be addressed to the Contracting Officer at Mary.Wardwell@navy.mil. Questions concerning this quote will be accepted by e-mail only.
 
Record
SN01408743-W 20070917/070916070108 (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.