Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2008 FBO #2467
SOLICITATION NOTICE

70 -- Renewal of Varolii Brand Name Notification Services

Notice Date
8/26/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
N8G28133AS01
 
Archive Date
9/12/2008
 
Point of Contact
Scott J Hardin, Phone: 314-676-0203
 
E-Mail Address
scott.j.hardin@nga.mil
 
Small Business Set-Aside
N/A
 
Description
The National Geospatial-Intelligence Agency intends to award a sole source contract to Varolii Inc. for the following requirement: The period of performance for this service renewal shall be 30 Sep 2008 to 29 Sep 2009. CLIN 0001: Renewal of Professional Notification Package, (Qty = 1), this CLIN shall include coverage for 5000 recipients, 5 minute priority delivery (400 voice messages and 400 text messages every 5 minutes), Unlimited Business Continuity voice messages per year for US and Canada, Unlimited Worldwide text messages, Standard Technical support from 8:00AM – 6:00PM EST Mon-Fri, Severity 1: 24 hrs/7 days a week support, Severity 2, 3,4 8:00AM – 6:00PM EST Mon-Fri support, Coverage for unlimited contact devices, 5 Administrator Licenses, 20 Sub-Administrator Licenses CLIN 0002: Renewal of Additional Sub-Administrator Licenses, (Qty = 30) CLIN 0003: Renewal Agreement of additional 16,000 individual Database Recipient Records (This will bring the total number of recipients for NGA to 21,000) CLIN 0004: Renewal of Message Center Service: State of the Art Inbound Calling System for Employee Communications and Accountability, (Qty = 1), this CLIN shall include capabilities to update message content throughout an incident lifecycle to inform employees of latest information pertaining to the event, Ability to post emergency Information to the Message Center, Up to 3 Toll-Free Numbers for inbound calls, Real time reporting enabling NGA to account for personnel, All software updates, maintenance, system support, telecom lines, etc., Standard Technical Support BRAND NAME JUSTIFICATION: Varolii Inc. is the sole provider of Varolii proprietary notification services. Varolii notification services are currently in use by NGA. Interruption of this service would put NGA at risk in meeting NGA's mission of supporting National Defense objectives, Homeland Security, and Humanitarian support. Additionally, the Varolii services solution is the only known notification system that meets the following requirements: 1. The solution must not employ foreign nationals, 2. The solution must be based in the Untied States, 3. The solution must be a hosted solution, 4. The solution must have more than one secure data warehouse geographically separated, 5. The solution must provide resiliency of service and data with respect to multiple telephone providers. Due to the fact that Varolii notification services are already in use at NGA, switching to a new notification service would not meet NGA's requirements of form, fit, and function, nor could NGA change over to a new notification solution to meet our required start date of 30 September. Transition to a new notification system would require a large amount of time to test the new system and to re-train our personnel to use the new system. Such a transition would result in unacceptable work delays and substantially inflated costs. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the offeror who best meets the schedule needs of NGA. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. In accordance with FAR 12.603(a) (3) (iii) Offers are due to the following email address no later than 4:00 p.m., Central Time, 28 Aug 2008. All responsible sources may submit a response to Scott J. Hardin via email to scott.j.hardin@nga.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=32e9dc55b00d4a683d83cd0737b85261&tab=core&_cview=1)
 
Place of Performance
Address: 3838 Vogel Rd., Arnold, Missouri, 63010-6238, United States
Zip Code: 63010-6238
 
Record
SN01651224-W 20080828/080826224709-32e9dc55b00d4a683d83cd0737b85261 (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.