DOCUMENT
D -- PBX/Telephone System Maintenance - Attachment
- Notice Date
- 10/28/2011
- Notice Type
- Attachment
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11812I0011
- Response Due
- 12/2/2011
- Archive Date
- 1/31/2012
- Point of Contact
- Peter Lewandowski
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION AND CAPABILITIES STATEMENT Department of Veterans Affairs Office of Acquisition Operations, Technology Acquisition Center Eatontown, New Jersey 07724 The Department of Veterans Affairs (VA), Office of Information & Technology (OI&T) plans to acquire PBX and telecommunication maintenance support services at the four (4) VA Palo Alto Health Care System (VAPAHCS) locations. Each location has in operation a Government-owned PBX telephone system (see table 1 below). Each PBX system is used to support the telephone network installed and operating throughout each location and its surrounding campus buildings. VAPAHCS LocationsPBX System Model 1.Palo Alto Division, Palo Alto CAAvaya/Nortel Meridian 1 Option 81 C 2.Menlo Park Division, Menlo Park, CAAvaya/Nortel Meridian 1 Option 61 C 3.Livermore Division, Livermore, CAAvaya/Nortel Meridian 1 Option 61 C 4.San Jose Outpatient Clinic, San Jose, CAAvaya/Nortel Meridian 1 Option 11 C Table 1 The Contractor is required to report daily to VA staff at the main site (Palo Alto location) to monitor and maintain the four (4) existing VAPAHCS PBX systems, telephones and ancillary equipment located throughout these four (4) locations. THIS IS A REQUEST FOR INFORMATION (RFI)/Sources Sought in accordance with FAR 15.201(e) to conduct market research for information and planning purposes only. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the VA is not at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. NOTE: Please identify if your products or services are available through existing VA, other Government Wide Acquisition Contracts (GWACs or General Services Administration (GSA) Federal Supply Schedules (FSS) and contracts) and include contract numbers and expiration dates. For project planning and information gathering, the Draft Performance Work Statement (PWS) is included which defines the scope of requirements needed to support our mission. Information obtained from this RFI will be used within the VA and will not be disclosed outside of the agency. Please submit a capabilities statement as well as any comments in regards to the Draft PWS in Microsoft Word for Office 2007 compatible format as follows: 1.This document should not exceed 15 pages (no marketing material), and should clearly support your ability/qualifications to deliver the required product/services and should include any questions or comments you have concerning the Draft PWS. 2.The VA has embedded the Draft PWS which is captured in the body of this RFI below. 3.Documentation of the firm's capabilities, staffing to demonstrate your understanding of the requirement and qualifications of team participants. Include company size and status information with your submission. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) along with a NAICS code based upon North American Industry Classification System (NAICS) code 541512. 4.Respondent's comments on the Draft PWS. 5.Include point of contact information of someone who can address questions we may have regarding the information which you submit. 6.Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Firms interested and/or experts desiring to furnish information should do so not later than November 3, 2011, 12:00 PM, EST. Email will be accepted; subject heading of email must be as follows: "PBX/Telephone System Maintenance for VAPAHCS, RFI Response: YOUR COMPANY NAME" Vendors should clearly mark any information that is proprietary. Faxed copies are not acceptable. Please send your responses or questions to peter.lewandowski@va.gov regarding this announcement. All questions shall be submitted in writing by e-mail to the Contract Specialist, Peter Lewandowski. We thank you for your interest in participating in this RFI. If you have any questions, please feel free to contact the above listed VA Point of Contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bde9d797fe5c584410fb50df6131830a)
- Document(s)
- Attachment
- File Name: VA-118-12-I-0011 VA-118-12-I-0011.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=269297&FileName=VA-118-12-I-0011-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=269297&FileName=VA-118-12-I-0011-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-118-12-I-0011 VA-118-12-I-0011.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=269297&FileName=VA-118-12-I-0011-002.docx)
- Record
- SN02614612-W 20111030/111028234041-bde9d797fe5c584410fb50df6131830a (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 |