SOLICITATION NOTICE
D -- Avaya Communication Solution
- Notice Date
- 6/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018915TZ214
- Response Due
- 6/29/2015
- Archive Date
- 6/30/2015
- Point of Contact
- Adam Hester 215-697-9577
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The Solicitation number, N00189-15-T-Z214. The proposed contract action is for commercial services, in accordance with the Performance Work Statement. This requirement is Set-Aside for Small Business. The NAICS code is 238210 and the Small Business Standard is $15.0 Million. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Change Notice 20150602. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office requests submissions from responsible sources to provide an Avaya Communication Solution in accordance with the Performance Work Statement. The PWS is as follows for both the Mayport and Jacksonville, FL. locations: PERFORMANCE WORK STATEMENT I.Introduction and Scope of Requirements: The Office of the Judge Advocate General (OJAG) and the Naval Legal Service Command (NLSC) requires reliable telephone services and support to conduct day-to-day business. With limited man-power and support staff these services need to provide not just immediate means of communication but provide messaging and notification services. 1.Tasks 1.1.General. The Contractor shall: 1.1.1.Provide equipment included in this SOW and personnel to install and configure the new phone system equipment listed in this SOW system and coordinate configuration details with NLSC and base communications personnel. 1.1.2.Have a minimum of a SECRET clearance and will be required to sign a non-disclosure agreement. The contractor company must have a valid Cage Code and facilities clearance of secret or above. 1.1.3.Provide proof of Avaya certification on technical expertise and capability to work on provided equipment. 1.1.4.Adhere to installation timelines and deadlines. 1.1.5.Communicate both orally and in writing. 1.1.6.Provide overall project management, equipment and software procurement, and customer coordination and attendance at/on progress meetings. 1.1.7.Provide all installation technical services including on-site training for end users, technical staff, and administrators; and on-site post cutover support. 1.1.8.Provide an as built document will be provided at the end of the project. 1.1.9.Utilize equipment and software that is listed on DISA Authorized Parts List (https://aplits.disa.mil/processAPList.action) 1.1.10.Ensure components are JITC compliant/certified, utilizing appropriate software version as documented in letter of certification from DISA 1.2.Design 1.2.1.Vendor will provide full Project Management, Data Gathering and Software Programming, Technician Services, a Network Infrastructure Assessment/Analysis, and As Built documentation. 1.2.2.Developing the Project Plan in Microsoft Project including goals and objectives and how they will be achieved, quantifying required resources, establishing timelines, and supporting budgets. Vendor Project Manager will manage the implementation of the Project Plan providing regular feedback on performance and the actions required for any recovery items. 1.2.3.Vendor Software Specialist will work with site managers to gather all required information for properly and thoroughly programming the Avaya solution. This includes all end-user information, trunking, dial plan, messaging (voice and fax), and Call Center functionality. User translations will be input prior to system cutover and user training so the system may be tested prior to cutover and users can experience the true functionality of their phones. 1.2.4.The Lead Engineer will install all Avaya software licensing and any supporting hardware into the Avaya solution at each site. 1.2.5.Vendor will develop an Avaya Phone System Addressing Plan/Network Architecture Analysis describing the system address procurement and assignments, the schema design for the new Agency network, and the target system network architecture. 1.2.6.Vendor will develop an Avaya Phones System Deployment Strategy / Implementation Plan that lists hardware and software to be purchased and describes implementation into the Avaya Phones System and the process for making it operational in the production network. 1.3.Implementation 1.3.1.Vendor shall perform the following during implementation: 1.3.1.1.Pre installation technical planning 1.3.1.2.Network Assessment 1.3.1.3.Avaya Core/Remote installation 1.3.1.4.Activating and Testing endpoints 1.3.1.5.Post Installation hand off to SBA onsite support II.Deliverables 1.Vendor shall provide, install and configure the following equipment in Mayport, FL QtyDescription 1Avaya AURA Solution Design 1Avaya S8300/G450 Upgrade 1Avaya Media Encryption R6+ 1Avaya SAL Stand Alone Gateway License R2 45Avaya Core R6 Entitlement - CA DCE 45Avaya Core R6 Entitlement - ASIPP 45Avaya Core R6 Entitlement - CE User License 14Avaya Core R6 Entitlement - Session Border Controller R6.2 Std 7Avaya Core R6 Entitlement - Session Border Controller R6.2 Adv 14Avaya Core R6 Entitlement - Session Border Controller R6.2 Std HA 7Avaya Core R6 Entitlement - Session Border Controller R6.2 Adv HA 45Avaya Core R6 Entitlement - Basic Messging License 45Avaya Core R6 Entitlement - Multimedia Messaging R2 Basic User 45Avaya Core R6 Entitlement - Flare Communicator IPAD R2 45Avaya Core R6 Entitlement - One- X Mobile SIP Client R5 45Avaya Core R6 Entitlement - AES Unified Desktop R6 45Avaya Core R6 Entitlement - EC500 Single Mode R9 45Avaya Core R6 Entitlement - One- X CES R6 45Avaya Core R6 Entitlement - One- X Video R6 1Avaya Core R6 Entitlement - Mgmt Site Admin 45Avaya Core R6 Entitlement - SM SIP Connector 45Avaya Core R6 Entitlement - Presence Services 1Avaya Core R6 Entitlement - Presence Service Download 45Avaya Core R6 Entitlement - CM Messaging 45Avaya Core R6 Entitlement - Flare Communicator Windows 45Avaya Core R6 Entitlement - One- X MAC OS R2 45Avaya Core R6 Entitlement - One- X Communicator 45Avaya Core R6 Entitlement - CA Office Lync 1Avaya Live Video Entitlement 1Avaya AURA R6.0 Admin Tools CD 1CM Messaging R6.3 Media Kit 1Avaya Aura Presence Server 6.2.4 DVD 2Power Cord 224 Port Patch Panel 28 Port Analog Media Module RoHS - MM711 224 Port Digital Station Module RoHS - MM717 1S8300/S8400 CD Rom Drive RoHS 1S8300D Media Server 1G450 Media Gateway Redundant Power Supply 1Avaya AURA Communication Manager R6.0.1 DVD 1G450 MP 160 Gateway 1Avaya Aura System Platform 6.3.5 CD 52420 Digital Voice Terminal RoHS - Gray 224 Button Expansion Module RoHS - Gray 452410D Digital Voice Terminal RoHS - Gray 1Support Advantage Coverage - Avaya CM 45SA Essential - Avaya Aura Core R6 License - 1 YR 1Support Advantage Coverage 1SA Parts Onsite 8- 5 Small Server - 1 YR 1SA On- Site 8- 5 Medium Gateway - 1 YR 2.Vendor shall provide, install and configure the following equipment in Jacksonville, FL QtyDescription 1Avaya AURA Solution Design 1Avaya S8300/G450 Upgrade 1Avaya Call Center R5 tracking code - ## 1R10+ TO CM5 S8300/G450 MIG SFTW LIC 1Avaya Aura RFA to PLDS License File Conversion 100Avaya Aura R5.x EE Software upgrade to R6.x 1Avaya Media Encryption R5 1Avaya Media Encryption R6+ 1Avaya AURA CMEE R6 Tracking Code - ## 1Avaya SAL Stand Alone Gateway License R2 100Avaya Core R6 Entitlement - CA DCE 100Avaya Core R6 Upgrade from CM/EE 100Avaya Core R6 Entitlement - CE User License 30Avaya Core R6 Entitlement - Session Border Controller R6.2 Std 15Avaya Core R6 Entitlement - Session Border Controller R6.2 Adv 30Avaya Core R6 Entitlement - Session Border Controller R6.2 Std HA 15Avaya Core R6 Entitlement - Session Border Controller R6.2 Adv HA 100Avaya Core R6 Entitlement - Basic Messging License 100Avaya Core R6 Entitlement - Multimedia Messaging R2 Basic User 100Avaya Core R6 Entitlement - Flare Communicator IPAD R2 100Avaya Core R6 Entitlement - One- X Mobile SIP Client R5 100Avaya Core R6 Entitlement - AES Unified Desktop R6 100Avaya Core R6 Entitlement - EC500 Single Mode R9 100Avaya Core R6 Entitlement - One- X CES R6 100Avaya Core R6 Entitlement - One- X Video R6 1Avaya Core R6 Entitlement - Mgmt Site Admin 100Avaya Core R6 Entitlement - SM SIP Connector 100Avaya Core R6 Entitlement - Presence Services 1Avaya Core R6 Entitlement - Presence Service Download 100Avaya Core R6 Entitlement - CM Messaging 100Avaya Core R6 Entitlement - Flare Communicator Windows 100Avaya Core R6 Entitlement - One- X MAC OS R2 100Avaya Core R6 Entitlement - One- X Communicator 100Avaya Core R6 Entitlement - CA Office Lync 4Avaya Live Video Entitlement 1Avaya AURA R6.0 Admin Tools CD 1CM Messaging R6.3 Media Kit 1Avaya Aura Presence Server 6.2.4 DVD 2Power Cord 1S8300/S8400 CD Rom Drive RoHS 1S8300D Media Server 1G450 Media Gateway Redundant Power Supply 1Communication Manager R5.2.1 Linux Unity CD 1Avaya AURA Communication Manager R6.0.1 DVD 1G450 MP 160 Gateway 1Avaya Aura System Platform 6.3.5 CD 1Support Advantage Coverage - Avaya CM 100SA Essential - Avaya Aura Core R6 License - 1 YR 1Support Advantage Coverage 1SA Parts Onsite 8- 5 Small Server - 1 YR 1SA On- Site 8- 5 Medium Gateway - 1 YR 3.The vendor shall configure the Jacksonville Unit to be able to service the Mayport Unit via existing fiber or T-1 copper communication links. 4.Inspection reports for Telephone closet(s), station wiring, and trunk lines. 5.General User training at both sites. Site administration training in Jacksonville for one or two personnel. 6.Documentation supporting equipment configuration 7.User Documentation 8.An as built document that documents the system design. 9.Prior to installation, any hardware failures will be replaced by Vendor, after installation, hardware failures shall be the responsibility of Avaya via the Support Advantage contract. Vendor will include hardware coverage as part of the contract, as well as Avaya required Software Assurance coverage. 10.When the installation is complete, Vendor will test telephone and data connectivity and receive acceptance from responsible Government party. III. Period of Performance 1.All work shall be completed within 45 days after date of award. Contractor will be on site forty (40) hours per week. VI. Contract Point of Contact 1.The local points of contacts are provided for consultations and implementations if needed and conversion of the local telephone lines, prior to the system conversion. 1.1.Shannon Cox - Customer Service Rep. 1.2.Shelia DeLosSantos - Dir of Admin Services 2.Contract Officer s Technical Representative (COTR): 2.1.Mark Patrick Deputy Director, Technology, Operations and Plans Clauses and Provisions The following FAR and DFARS clauses and provisions are applicable to this procurement: The following FAR and DFAR clauses and provisions are incorporated by reference: 52.204-13 System for Award Management Maintenance (July 2013) 52.209-5 Certification Regarding Responsibility Matters (April 2010) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (December 2013) 52.242-15 Stop Work Order (August 1989) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (September 2011) 252.204-7004 (Alt A) System for Award Management Alternate A (February 2014) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (November 2013) 252.211-7003 Item Unique Identification and Valuation (December 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (June 2012) 252.232-7010 Levies on Contract Payments (December 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (June 2013) 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.247-7023 Transportation of Supplies by Sea (April 2014) The following FAR and DFAR clauses and provisions are incorporated by full text: 52.212-1 Instructions to Offerors - Commercial Items (June 2008) 52.212-3 Offeror Representations and Certifications Commercial Items (August 2009) 52.212-4 Contract Terms and Conditions Commercial Items (February 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statuses or Executive Orders Commercial Items (July 2010) o52.219.6 Notice of Total Small Business Set-Aside (June 2003) o52.219-14 Limitations on Subcontracting (December 1996) o52.222-3 Convict Labor (June 2003) o52.222-21 Prohibition of Segregated Facilities (February 1999) o52.222-26 Equal Opportunity (March 2007) o52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (September 2006) IF THE REQUIREMENT IS OVER $100K o52.222-36 Affirmative Action for Workers with Disabilities (June 1998) o52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (September 2006) USE IF USING 52.222-35 o52.222-40 Notification of Employee Rights Under the National Labor Relations Act (December 2010) o52.222-50 Combatting Trafficking in Persons o52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011) o52.225-1 Buy American Supplies (May 2014) IF SUPPLIES ARE A PART OF THIS REQUIRMENT o52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (October 2003) 52.252-2 Clauses Incorporated by Reference (February 2008) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (February 2015) 252.232-7006 Wide Area Workflow Payment Instructions (June 2012) 5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems (May 2010) 52.212-2 Evaluation Commercial Items NOTE: This solicitation is a request for quotations (RFQ) for commercial items/services issued using Simplified Acquisition Procedures for commercial items found at FAR Part 13. If appearing in this solicitation, the term RFP shall mean RFQ , the words proposal and offer shall mean quote , and the word offeror shall mean quoter. This announcement will close at 3pm EST on 06/29/2015. Contact Adam Hester who can be reached at 215-697-9577 or email adam.hester@navy.mil. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ214/listing.html)
- Record
- SN03778676-W 20150628/150626235555-74f059741748458e334bf49232b0b66d (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 |