Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2016 FBO #5382
SOLICITATION NOTICE

58 -- Upgrade Existing Telephone System

Notice Date
8/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SD-RFQ-16-MD24
 
Point of Contact
Michael A. Douglas, Phone: (979) 260-9480
 
E-Mail Address
michael.douglas@ars.usda.gov
(michael.douglas@ars.usda.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is AG-32SD-RFQ-16-MD24 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-89. The acquisition is a 100% Service Disabled Veteran Owned Small Business Set-Aside. The NAICS code is 517919, business size standard is $32.5 million. The Government intends to issue a firm-fixed price purchase order for this requirement. The USDA, ARS, PA, Central Great Plains Research Station (CGPRS) 40335 Co. Road GG, Akron, CO 80720 has a requirement to upgrade their Voice Over Internet Protocol (VOIP) Telephone system "Brand Name or Equal" to upgrade their existing ShoreTel system. Minimum Specifications The USDA, ARS, PA, CGPRS in Akron, CO needs an upgraded Voice Over Internet Protocol (VOIP) Telephone system manufactured by ShoreTel. The equipment needs to be compatible with the current ShoreTel system housed in Fort Collins as this project is essentially an expansion of the VOIP system. No full-time IT staff are on-site. Only ShoreTel products offer full features and functional compatibility that will integrate with existing services supported by CGPRS' IT support team, also located mainly in Fort Collins, 123 miles away. This system will be in concurrence with the agency standard format (SIP protocol) for future initiatives and consolidation of telecommunication services, saving telephone service utility costs once this system is fully implemented across the Agency's network infrastructure. This system will also allow for central management and administration by full time IT professionals already familiar with Shoretel VOIP system controls without adding the cost of additional training and certification for other manufacturers' solutions. Vast upgrades in features will allow much needed, modernized capabilities like: ad hoc multi-line conferencing from the customer's desk, locally managed call routing and voicemail/e-mail integration. The system will include: • ShoreTel Voice Switch 90V, P/N ST10325 • ShoreTel Voice Switch for T1 interface model T1K or Shoretel current equivalent. • ShoreTel IP Phone 480, M/N IP480 QTY 40 - featuring; full-duplex speaker phone, built-in 10/100 Ethernet switch, Power over Ethernet (POE) capable, minimum of 8 lines or customizations on the display screen • ShoreTel IP Phone 655, M/N IP655 QTY 2 - conferencing-class telephones featuring; adjustable microphone volume/gain settings, full-duplex speakerphone, built-in Ethernet switch, Mute indicator • 1st year of system maintenance and support with appropriate licensing of features • Full feature integration and manageability with ShoreTel Director Software located at Fort Collins, CO ARS site on VMWare Virtual server cluster The work also includes installation of the new system which might include materials like: • Ethernet CAT 6 patch cables • Cable ties • 66-block/110 block • RJ45 Amphenol panel • Rack mount kits And system setup and configuration consistent with centrally managed ShoreTel VOIP services Period of Performance: All items and services need to be delivered within 90 days after receipt of the order. QUOTES SHALL INCLUDE THE FOLLOWING: 1. Firm-Fixed Price to include delivery and setup (FOB Destination) to the USDA, ARS, PA, Central Great Plains Research Station (CGPRS) 40335 Co. Road GG, Akron, CO 80720. The schedule for delivery and setup for the equipment to the site is not later than 90 days after receipt of award. Each quoter shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. 2. DUNS number for verification of SAM registration. (www.sam.gov) 3. Include literature sufficient to determine conformance of the equipment to meet or exceed the specifications. 4. Provide three (3) references supporting the ability to deliver and install the items on schedule and in quantities requested. Quoters are to provide: Customer; Contract/Task Order Number, Contract type, total contract value, description of work performed, and relevancy pertinent to this requirement, names, telephone numbers, and email address for point of contact. The Contractor must comply with the Farm Security and Rural Investment Act of 2002 (FSRIA), 7 U.S.C. 8102; the Food, Conservation and Energy Act of 2008 (FCEA), 7 U.S.C. 8102; the Federal Acquisition Regulation; Executive Order (EO) 13514, "Federal Leadership in Environmental, Energy and Economic Performance," dated October 5, 2009; EO 13423, "Strengthening Federal Environmental, Energy, and Transportation Management," dated January 24, 2007; and Presidential Memorandum, "Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement," dated February, 2012 to provide biobased products. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses, 52.211-6 Brand Name or Equal; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.223-1 Biobased Product Certification; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than the response date and time listed in this solicitation. Quotations must be received in writing via facsimile, Email or mail to the contacts listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/609893868881d88648ed88fc26d3045c)
 
Place of Performance
Address: USDA, ARS, PA, Central Great Plains Research Station (CGPRS), 40335 Co. Road GG, Akron, Colorado, 80720, United States
Zip Code: 80720
 
Record
SN04225801-W 20160818/160816235418-609893868881d88648ed88fc26d3045c (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.