Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

D -- Phone Systems with Voicemail

Notice Date
7/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB134109-RQ-0338
 
Archive Date
8/14/2009
 
Point of Contact
Richard Cordero, Phone: 3019753976
 
E-Mail Address
rcordero@nist.gov
(rcordero@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: Phone System with Voicemail 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. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUEREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEIGN REQUESTED, AND A WRITTEN SOLICITATION DOCUMENTS WILL NOT BE ISSUED. This solicitation is a request for quotation (RFQ). The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 334210 with a size standard of 1,000 employees. This requirement is being competed as a 100% small business set-aside. The products required by this acquisition must meet Section 508 of the Rehabilitation Act of 1973 for Telecommunications Products (standard 1194.23), which requires the following: § 1194.23 Telecommunications products. (a) Telecommunications products or systems which provide a function allowing voice communication and which do not themselves provide a TTY functionality shall provide a standard non-acoustic connection point for TTYs. Microphones shall be capable of being turned on and off to allow the user to intermix speech with TTY use. (b) Telecommunications products which include voice communication functionality shall support all commonly used cross-manufacturer non-proprietary standard TTY signal protocols. (c) Voice mail, auto-attendant, and interactive voice response telecommunications systems shall be usable by TTY users with their TTYs. (d) Voice mail, messaging, auto-attendant, and interactive voice response telecommunications systems that require a response from a user within a time interval, shall give an alert when the time interval is about to run out, and shall provide sufficient time for the user to indicate more time is required. (e) Where provided, caller identification and similar telecommunications functions shall also be available for users of TTYs, and for users who cannot see displays. (f) For transmitted voice signals, telecommunications products shall provide a gain adjustable up to a minimum of 20 dB. For incremental volume control, at least one intermediate step of 12 dB of gain shall be provided. (g) If the telecommunications product allows a user to adjust the receive volume, a function shall be provided to automatically reset the volume to the default level after every use. (h) Where a telecommunications product delivers output by an audio transducer which is normally held up to the ear, a means for effective magnetic wireless coupling to hearing technologies shall be provided. (i) Interference to hearing technologies (including hearing aids, cochlear implants, and assistive listening devices) shall be reduced to the lowest possible level that allows a user of hearing technologies to utilize the telecommunications product. (j) Products that transmit or conduct information or communication, shall pass through cross-manufacturer, non-proprietary, industry-standard codes, translation protocols, formats or other information necessary to provide the information or communication in a usable format. Technologies which use encoding, signal compression, format transformation, or similar techniques shall not remove information needed for access or shall restore it upon delivery. (k) Products which have mechanically operated controls or keys, shall comply with the following: (1) Controls and keys shall be tactilely discernible without activating the controls or keys. (2) Controls and keys shall be operable with one hand and shall not require tight grasping, pinching, or twisting of the wrist. The force required to activate controls and keys shall be 5 lbs. (22.2 N) maximum. (3) If key repeat is supported, the delay before repeat shall be adjustable to at least 2 seconds. Key repeat rate shall be adjustable to 2 seconds per character. (4) The status of all locking or toggle controls or keys shall be visually discernible, and discernible either through touch or sound. For more information regarding Section 508, visit http://www.section508.gov/. APPLICABLE FAR PROVISIONS AND CLAUSES: The Following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1) and the following fill-ins in paragraph (b): 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.232-33 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. Contract Line Item Numbers and Descriptions: The phone system required by this solicitation shall meet or exceed the following AVAYA minimum specifications (which are also considered salient characteristics for brand name or equal purposes): Item No. 0001: IP Office 412 Base Unit, (Brand Name or Equal), Quantity: 1; Unit: Each, that can accommodate 1 PRI circuit, 8 analog stations ports, 46 Digital Station Ports, 8 trunks ports and 4 voicemail. Item No. 0002: AVAYA 4412D+ Satiation Set (Brand Name or Equal) (refurbished is acceptable), Quantity, 30; Unit: Each. Description: The 4412D is a digital telephone which has 8 fixed feature keys, 24 programmable feature keys, 8 menu/display navigation keys, and it also includes a speakerphone (full-duplex). The display size (lines x characters) is 12x24 and it also has an expansion unit port (DSS Port). Item No. 0003: IP 30 Port Digital Module (Brand Name or Equal), Quantity: 1; Unit: Each Description: The Avaya IP500 DS30 is an external module for the IP Office 400 and IP500 phone systems. This unit is basically identical to the IP400 DS30 but has an exterior to match the Office IP 500 phone system. It is a 30 port digital station module designed to operate Avaya digital phones. Item No. 0004: IP Office 16 Digital Station (Brand Name or Equal), Quantity: 1; Unit: Each Description: The Avaya DS16 is an external module for the Avaya IP Office 400 and IP500 phone systems. It is used to operate up to 16 Digital Stations on these phone systems Item No. 0005: PRI/T1 Module (Brand Name or Equal), Quantity: 1; Unit: Each Item No. 0006: AVAYA 5420D Stations Set Main Control (Brand Name or Equal), Quantity: 1; Unit: Each Description: The Avaya 5420 Digital Telephone sports an array of convenient features, while supporting expansion capabilities and effective integration with current infrastructure investments. This telephone provides a large-scale display for easy viewing and call control with 24 call appearance/feature buttons. Administration and ongoing maintenance is simplified as the switch automatically performs key/button labeling. This eliminates the time-consuming and laborious task of using paper labels to denote phone features, and reduces costs when moving phones among users or offices. Online access to electronic downloads gives near-instant access for key product upgrades and feature enhancements as they occur. Additional features such as call logging and a speed-dial directory help enhance overall productivity by providing users with the tools needed for more effective call tracking and faster outbound calling capabilities. Item No. 0007: Data rack 19 inches (Brand Name or Equal), Quantity: 1; Unit: Each Item No. 0008: Server for voice mail applications (Brand name or Equal) Quantity: 1 (server); Unit: Each Description: with at least 2.8GHZ processor; at least 1(one) 3WARE9650SE4-PORT PCIE LP MULT SATA RAID CARD#9650SE-4LPML, at least 2 (TWO) 500GB SATA 3GB/S 7200RPM 32MB CACHE HD134, at least 1(one) 1.44M FLOPPY DISK DRIVE, at least one (1) 20X DVDRW, at least 1 (one)NERO SUITE 2 MPEG/LIGHTSCRIBE/ DECODING/RY PATENT VISTA READY, at least 1(one) MS OEM WINDOWS 2003 SVR R2 SP2 W/5U LIC W/MEDIA&MANUAL OS9045, a least 1(one) INTEGRATED GIGABIT LAN MC9040, at least 1 (one) INTEGRATED VIDEO COMPONENT MC9001, at least 2GB DDR2-667/ECC/UNBUFFERED DIMMS Item No. 0009: 8 Port Trunk Line card, Quantity: 1; Unit: Each Item No. 0010: 4 Port RFA for voice mail Pro (Brand Name or Equal), Quantity: 1; Unit: Each Item No. 0011: Polycom Unit Sound Solution (Brand Name or Equal), Quantity: 1; Unit: Each Item No. 0012: PRI Cut Over from Verizon; Quantity: 1; Unit: Job. Item No. 0013: Training for 30 employees for basic operations and 3 people for administration services of the system; Quantity: 1; Unit: Job. The location of the training will be: US Department of Commerce/EDA Philadelphia Reg Office, Curtis Center 601 Walnut Street, Suite 140 South Philadelphia, PA 19106-3323 ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (b) Submission of quotations. Submit signed and dated quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include— (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary; (4) Terms of any expressed warranty; (5) FOB Destination-based firm-fixed-price for Item Numbers 0001 through 0013 above (or other equivalent contract line items for other equal systems proposed), and any discount terms for those prices; (6) Details regarding compliance with the Section 508 Standard 1194.23 for all products offered; (7) Written evidence that the offeror is authorized by the original equipment manufacturer to sell the items specified in the contract line item numbers that it is offering in response to this solicitation; and (8) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All questions related to this solicitation shall be submitted to ricardo.cordero@nist and joseph.widdup@nist.gov no later than 06/25/2009 at 5:00 PM EST. All quotes shall be submitted so that they received not later than 5:00 PM Eastern Time on July 30, 2009, 2009 at ricardo.cordero@nist.gov, with a courtesy copy to joseph.widdup@nist.gov. Faxed quotes will not be accepted. EVALUATION FACTORS FOR AWARD To be considered eligible for award, offerors must propose goods that meet the applicable provisions of Section 508 Standard 1194.23, Telecommunications Products. Alternatively, offerors may propose goods that provide equivalent facilitation. Such offers will be considered to have met the provisions of Standard 1194.23 for the feature or component providing equivalent facilitation. If none of the offers that meet all applicable provisions of Standard 1194.23 could be accepted without imposing an undue burden on the agency or component, or if none of the offerors propose goods or services that fully meet all of the applicable provisions of Standard 1194.23, those offerors whose products meet some of the applicable provisions of Standard 1194.23 will be considered eligible for award. Award will not be made to an offeror meeting all or sime of the applicable provisions of Standard 1194.23 if award would impose an undue burden upon the agency. The Government will only award a purchase order if the offered solution meets or exceeds all minimum requirements and the price is deemed to be fair and reasonable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB134109-RQ-0338/listing.html)
 
Record
SN01874532-W 20090716/090714235832-22de9de28652ae2b198aeaaf41116353 (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.