Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2012 FBO #3885
SOLICITATION NOTICE

S -- EPA at RTP Octel 350 Maintenance

Notice Date
7/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-RT-12-00123
 
Response Due
7/31/2012
 
Archive Date
8/30/2012
 
Point of Contact
Christopher Davis
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The quotation number is RFQ-RT-12-00123, and the procurement is being issued as a set aside for Small Business competition Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-58B. This procurement is set aside for Small Businesses. All responses from responsible Small Business sources will be fully considered. The NAICS Code is 811213 with a Size Standard of $10.0 million. This action is for support to provide comprehensive maintenance for an Octel 350 (Voice Mail System) Base Year - CLIN 0001, Maintenance for Octel 350 Voice Mail System (1 year), Quantity ? 12, Unit of Measure - Months. CLIN 0002, Time & Materials not covered under the standard maintenance agreement, Quantity ? 1, Unit of Measure ? Hours. This is a Not-To-Exceed Line Item Total Amount. Option Period I - CLIN 1001, Maintenance for Octel 350 Voice Mail System (1 year), Quantity ? 12, Unit of Measure - Months. CLIN 1001A, Time & Materials not covered under the standard maintenance agreement, Quantity ? 1, Unit of Measure ? Hours. This is a Not-To-Exceed Line Item Total Amount. Option Period II - CLIN 2001, Maintenance for Octel 350 Voice Mail System (1 year), Quantity ? 12, Unit of Measure - Months. CLIN 2001A, Time & Materials not covered under the standard maintenance agreement, Quantity ? 1, Unit of Measure ? Hours. This is a Not-To-Exceed Line Item Total Amount. The requirements shall include the following: The contractor shall provide comprehensive maintenance for an Octel 350 (voice mail system). The scope of work is as follows: The contractor shall provide maintenance coverage 24 hours, 7 days per week for an Octel 350 system. The contractor must be an Avaya authorized distributor or authorized business partner with access to the Technical Assistance Center (TAC) of an Octel Maintenance provider. 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, if 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 mainten ance to include diagnosis 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. EPA?s existing system configuration for the Octel 350 includes Aria 3.11.05 software, 72 ports, two 4-GB system drives, 400 message hours, RS232-SMDI integration with a GTE Nortel DMS-100, voice mailbox with a capacity of 6000, fax mailbox capacity of 1955, global message redundancy (GMR), LAN card to support connectivity to the OctelAccess software (OAS) server, software features include: Networking, Bulletin Broadcast, Fax Processing, Fax on Demand, System Backup, ECP, Octel Forms, Decision Pro, Follow-Me-Forward, Index I and II, Automatic Number Identification (ANI), Visual Messenger, System Tape Back-up, and PowerCall. The contractor shall install, support, maintain and troubleshoot the new software and hardware specified. In addition, the contractor shall provide services, on a time and materials basis, for services that may be required that are not included in the standard maintenance agreement. These services will be ordered on a per call basis by the EPA Project Officer. Note: also see attachment entitled ?Agency Personal Identity Verification Procedures for Contractor Personnel? on http://www.epa.gov/oam/rtp_cmd/ regarding security requirements. The period of performance will be a base period from 10/01/2012 through 09/30/2013 then to include two additional option years 10/01/2013 through 09/30/2014 and 10/01/2014 through 09/30/2015. The place of performance for maintenance is Research Triangle Park, NC. FAR provisions and/or clauses referenced are available on-line at http://www.arnet.gov/far/. Solicitation Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items is hereby incorporated by reference. Solicitation Provision FAR 52.212-2, Evaluation ? Commercial Items is hereby incorporated. The evaluation criteria to be included in paragraph (a) of provision 52.212-2 is as follows: All offerors will be evaluated on their past performance for work similar in size and scope as the requirement and their corporate experience in the area of the government's requirement. Past Performance and Corporate Experience are equal in importance. Offerors should provide references for their past performance, at least three for work performed similar in size and scope over the last three years. Offerors should also provide information regarding their corporate experience in performing and managing work similar to the government's requirement. Past Performance and Corpora te Experience, when combined, are more important than cost/price. The government will award on the basis of best value. Contractors are reminded to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. To obtain a copy of the provision at this website http://www.epa.gov/oam/rtp_cmd/. The following clauses are incorporated by reference: FAR 52.204-7 -- Central Contractor Registration (Apr 2008), FAR 52.216-31 -- Time-and-Materials/Labor-Hour Proposal, Requirements?Commercial Item Acquisition, FAR 52.232-7 -- Payments Under Time-and-Materials and Labor-Hour, FAR 52.243-3 -- Changes -- Time-and-Materials or Labor-Hours (Sep 2000), FAR 52.246-6 -- Inspection -- Time-and-Material and Labor-Hour (May 2001), Clause 52.212-4, Contract Terms and Conditions ? Commercial Items is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-14, 52.219-28, Post Award Small Business Program Rerepresentation (15 U.S.C. 632(a)(2), 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (E.O. 13496), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (E.O. 13513), 225-1, Buy American Act?Supplies (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.?s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer ? Centr al Contractor Registration (31 U.S.C. 3332), 52.239-1, Privacy or Security Safeguards (5 U.S.C. 3332), EPA-2012-10 -- Unpaid Federal Tax Liability & Felony Criminal Violation Certification (Apr 2012). Additional terms and conditions include the clause 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment?Contractor Certification and EPA-2012-5 - Representation by Corporations Regarding A Felony Conviction Under Federal Law Or Unpaid Federal Tax Liability. Offerors must certify and submit with offer. The FAR certifications and any subsequent amendments will be available via the Internet World Wide Web at http://www.epa.gov/oam/rtp_cmd only. Hard copies or diskettes will not be available. It will be your responsibility to frequently check the same site where the notice is posted for any amendments. Signed and dated proposals referencing the RFP number RFQ-RT-12-00123 must be submitted, no later than 3:00 p.m. 31 July 2012, to Christopher Davis at FAX (919) 541-0611 or email at Davis.Christopher@epa.gov. Christopher Davis is the point of contact regarding this solicitation and can be reached at 919-541-4609 or Davis.Christopher@epa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-12-00123/listing.html)
 
Place of Performance
Address: OARM-RTP-IRMDUS Environmental Protection Agency109 TW Alexander Dr.C-604-03DurhamNC27711USA
Zip Code: 27711
 
Record
SN02801779-W 20120714/120713000237-17aa984b74151e3e32873e20f968bb14 (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.