Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2016 FBO #5409
SOLICITATION NOTICE

D -- AVAYA Telehpony Maintenance and Support Services - Attachment # 1 - Statement of Work

Notice Date
9/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-Q-2618
 
Archive Date
9/30/2016
 
Point of Contact
Rosemary E. Shuman, Phone: 4018327167
 
E-Mail Address
Rosemary.Shuman@navy.mil
(Rosemary.Shuman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment # 1 - Statement of Work This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-16-Q-2618. This requirement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 811213. The Small Business Size Standard is $11,000,000.00. NUWC Division Newport intends to purchase the following items on a Firm Fixed basis: CLIN 0001:AVAYA Initiation Fees, QTY: 1 CLIN 0002:AVAYA Migration of Services, QTY 1 CLIN 0003:AVAYA 12 Months of Support - Base Year, QTY: 1 CLIN 0004:AVAYA 12 Months of Support - Option 1, QTY: 1 CLIN 0005:AVAYA 12 Months of Support- Option 2, QTY 1 Services must be provided in accordance with Attachment # 1, Statement of Work. Applicable vendors must be AVAYA or an AVAYA authorized partner to maintain proper support for the current system. The only way to transition to a different manufacturer would be to change the entire telephony system for the Base. Such an action would involve reengineering the voice network for NUWCDIVNPT and its remote sites. All existing hardware (telephones, switches, routers, etc.) and infrastructure (copper and fiber wiring) would have to be upgraded to support Voice Over-IP (VOIP) topology, technology that allows voice calls to be made using broadband internet connection. According to DoD Instruction 8100 and the Unified Capabilities Requirements (UCR) 2013 guidance, all new voice systems have to support VOIP. The command's current voice system is a hybrid system that supports VOIP and legacy. Such an endeavor would take over two years to implement. At the present time, all Base Communication Office personnel are trained and certified on the Avaya Communication Manager 6 system. Changing to another system would require all personnel to be retrained and certified. Due to the item or service being located in spaces frequented only by service personnel for maintenance, repair, or occasional monitoring of equipment the Government has determined this requirement has a 508 exception, FAR 39.204(d). The period of performance (PoP) is one (1) year from the date of award with two additional options for one (1) year periods. The total PoP for this requirement with exercised options is three (3) years. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor CAGE code, and contractor DUNS number. Quotes received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites. Offers must be e-mailed directly to Rosemary Shuman at rosemary.shuman@navy.mil. Offers must be received by 2:00 p.m. (EST) on Thursday, 15 September 2016. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Rosemary Shuman at rosemary.shuman@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2618/listing.html)
 
Record
SN04267384-W 20160914/160912235436-69a225eb1d07f2355ba5ee43afda422d (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.