Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2012 FBO #3956
SOURCES SOUGHT

D -- New Building Telephone System

Notice Date
9/21/2012
 
Notice Type
Sources Sought
 
Contracting Office
Contracting Office - BIA Rocky Mountain Region 316 North 26th Street, Room 4418 Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
A12PS02540
 
Response Due
10/30/2012
 
Archive Date
9/21/2013
 
Point of Contact
Kris Kohlhoff Contract Specialist 4062477941 kris.kohlhoff@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
1.0 The U.S. Department of Interior (U.S. DOI), Bureau of Indian Affairs (BIA), Rocky Mountain Region (RMR) Contracting Office, Billings, MT, issues this Sources Sought to assist the Government in its acquisition strategy. This synopsis does not constitute a Request for Proposal. The RMR Contracting Office is seeking potential offerors that are CISCO Systems certified to aid in the project planning, coordination, design, diagram verification, configuration, equipment staging, installation, integration of services and equipment, end-user support and training in the CISCO Systems Unified Communications (UC) environment. 2.0 Background The DOI bureaus located at the James F. Battin Federal Courthouse and other locations within Billings, Montana will move to a new building. The building is scheduled for completion and ready for occupancy by May, 2013. The DOI seeks to acquire and install a digital telephone system that utilizes Voice over Internet Protocol (VOIP) to serve all the bureaus that will be in the new facility. The VoIP installation will include an estimated 425 desktop phone units, 45 receptionist phone units, 35 conference room units, voicemail and analog gateways to interface with the new buildings existing Telco carrier, all licenses, installation, training, support and maintenance. 3.0 Scope The DOI is seeking a capability statement from all interested parties who meet these minimum required qualifications: o Cisco Gold Partner Certified o Cisco Master Unified Communications Specialized o Cisco Technology Specializations: Advanced Security, Advanced Wireless LAN, Advanced Routing and Switching, Advanced Data Center Networking Infrastructure, Advanced Data Center Storage Networking o Cisco Authorized Technology Provider: Video o Cisco Authorized Partner: MeetingPlace, Digital Media System, WebEx The solution tasked is to leverage the UC framework for both intra-company and inter-company communications. The solution should use intelligent network architecture and ideally encompass UC over Unified Communications Server(s), that leverages the new building's infrastructure, and migrates the bureaus from their legacy telephony network by adding services and integrated security with industry-leading reliability for a planned 400-800 user VoIP telephony solution, including all required access layer switches, voice gateways and appliances. As it relates to the implementation services being requested, the contractor's proposed solution shall provide project planning, coordination, design and diagram verification, configuration development, equipment staging, installation and integrating of services and equipment in the UC environment. The contractor shall remove old equipment being upgraded or replaced. Since this equipment is technologically complex and must integrate with other existing CISCO network communications equipment that supports the new building's infrastructure, the installation must be done by CISCO Gold Certified Partner engineers. 4.0 Submission Instructions All capability information submitted by respondents shall include: Summary that outlines personnel and teaming partners, if any, having technical capabilities, knowledge, and expertise to perform the above tasks; Identify recent and relevant previous contracts; the customer (Government agency or private industry); point of contact name and telephone number; contract value and type of contract; period of performance; and description of product/services. Sources should indicate whether they are a large business, small business, small disadvantaged business, certified 8(a) business, Native American Owned, hubzone certified, woman or service disabled veteran owned small business. Information provided should be detailed in the area(s) above so the Government can assess the ability of the company to provide the described services. All of the information sought should be conveyed in no more than five (5) pages. Page size is set at 8? x 11 inches; text font must be no smaller than 12 point; and text should be doubled spaced. Potential offerors shall submit copies of each required Cisco certification with their capability statement. Copies of each certification will not be counted against the five page maximum capability statement. Each response must reference New Building Telephone System and A12PS02540. Interested parties must respond to this announcement in writing no later than October 30, 2012. All responses must be submitted via regular mail or by e-mail to the Contract Specialist, kris.kohlhoff@bia.gov. Electronic attachments to the e-mail should be submitted in Microsoft Office 2007 (or later) productivity application formats, or any format that can be imported by Microsoft Office. 5.0 Information Availability THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is for information and planning purposes only, and is a market research tool to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and possible issuance of a Request for Proposal. The notice does not constitute a solicitation for bids, quotations, and proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government is not obligated to and will not pay for any information received from potential sources as a result of response to this Sources Sought notice. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. Submissions must be able to be disclosed to the public or the submitter should provide a summary statement that can be disclosed to the public with fuller supporting information that is clearly marked as restricted. The Government will use customary means to safeguard proprietary information, but only when such information is (1) clearly marked as proprietary; (2) is, in fact, information that could not have been obtained from another party or source; and (3) is otherwise deserving of such treatment under standards and processes described in the Freedom of Information Act (FOIA) and Executive Order 12600.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02540/listing.html)
 
Place of Performance
Address: Billings MT
Zip Code: 59101
 
Record
SN02893354-W 20120923/120922000147-748aa7203627db66a391003d86446d03 (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.