SOLICITATION NOTICE
70 -- Provide Maintenance of Octel 200 and Octel 300 Voice Mail Systems
- Notice Date
- 12/15/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Federal Technology Service(2TT), 26 Federal Plaza Room 1809, New York, NY, 10278
- ZIP Code
- 10278
- Solicitation Number
- GS02T04CLM0003
- Response Due
- 1/2/2004
- Archive Date
- 1/17/2004
- Point of Contact
- Steven Barry, Contracting Officer, Phone 212-264-7036, Fax 212-264-3631, - Steven Barry, Contracting Officer, Phone 212-264-7036, Fax 212-264-3631,
- E-Mail Address
-
steven.barry@gsa.gov, steven.barry@gsa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- PROVIDE MAINTENANCE ON OCTEL 200 & 300 VOICE MAIL SYSTEMS THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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. The solicitation documented and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17 dated October 20, 2003. A firm-fixed price contract is anticipated to result from the award of this full and open competition. Award will be made using Simplified Acquisition Procedures. This procurement is totally set aside for Small Business Firms. The period of performance is February 1, 2004 through January 31, 2005. The contractor shall provide comprehensive maintenance for Octel 200 & 300 (voice mail systems). The Scope of Work is as follows: The contractor shall provide maintenance coverage between the hours of 8:00 AM ? 5:00 PM, Mon ? Fri for Octel 200 & 300 systems. The contractor must be an Octel (Avaya) authorized distributor with access to the Technical Assistance Center (TAC) of Octel Maintenance provider and must be within 75 miles of New York City, NY sites (26 Federal Plaza & 201 Varick Street). Onsite response time for major problems after notification shall be no longer than 4 hours. Major problems consist of, but not limited to: ? unscheduled total system outage and failure to reboot, ? system manager terminal (SMT) not accessible, ? 25% or more of the ports are not active, ? one or more drives fail, ? loss of system integration, ? continuous system restarts, ? system unable to collect call detail records, ? message waiting not functioning properly, ? and networking not functioning properly. The contractor shall provide remedial maintenance to include diagnose and repair of hardware and software problems. Provide software updates which will improve system performance and addresses safety issues. In the event of a system outage or disaster, the contractor shall provide the necessary parts and/or installation within 24 hours or less. The contractor shall provide the following pricing information: Base Rate @ $XX.y0/hour Port rate @ $XX.yo/port Storage rate @ $XX.y0/hour GSA?s existing system configuration includes: For the Octel 200 - Serenade software -SYSTEM SOFTWARE RELEASE S.4.0.0-2 (04/30/99), S/N:200850, 24 ports, two 2-GB COD drives, 35 message hours, RS232-SMDI integration with a Lucent 5ESS, voice mailbox with a capacity of 5000 - Currently 1463 out of 5000 USER MAILBOXES are used. For Octel 300 - Serenade software - SYSTEM SOFTWARE RELEASE S.4.0.0-2 (04/30/99) S/N:300886, 60 ports, two 2-GB COD drives, 111 message hours used, 253 message hours installed, RS232-SMDI integration with a Lucent 5ESS, voice mailbox with a capacity of 5000 - Currently 3624 out of 5000 USER MAILBOXES are used. The North American Industry Classification System (NAICS) is 561421. Award will be made to the lowest priced technically acceptable proposal. The following FAR provisions shall apply to this solicitation: 52.212-1, Evaluation-Instructions to Offerors Commercial; 52.212-2, Evaluation-Commercial Item. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional FAR clauses which are cited in clauses 52.212-5 are applicable to the acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, as amended; 52.232-18, AVAILABILITY OF FUNDS. It is the offerors responsibility to frequently check the Commerce Business Daily (CBD) for any amendments related to this procurement. Technical inquiries shall be addressed in writing to the following address: U.S. General Services Administration, Federal Technology Service, Room 1809, 26 Federal Plaza, New York, NY 10278, Attn: Mr. Milton Gomez (212) 264-3572. E-mail Milton.Gomez@gsa.gov [ Octel 300 ONLY] Attn: Mr. Dmitri Kozlovski (212) 264-4038. E-Mail Dmitri.Kozlovski@gsa.gov [ Octel 200 ONLY] All non-technical inquiries shall be addressed to the Contracting Officer Mr. Steven Barry (212) 264-7036 Steven.Barry@gsa.gov. ALL TELEPHONE INQUIRIES SHALL BE FOLLOWED UP IN WRITING. All responsible sources shall submit a proposal on/or before January 2, 2004 by 5:00 P.M. Eastern Standard time. Proposals received after the due date will not be accepted. The address for proposal submission is: U.S. General Services Administration, Federal Technology Service, (2TS) Room 1809, 26 Federal Plaza, New York, NY 10278, Attn: Steven Barry. Contracting Officer.
- Place of Performance
- Address: Jacob K. Javits FOB 26 Federal Plaza, FOB 201 Varick Street
- Zip Code: 10278
- Country: US
- Zip Code: 10278
- Record
- SN00489951-W 20031217/031215212446 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |