Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
SOLICITATION NOTICE

J -- Cisco Call Center Management

Notice Date
8/7/2012
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R12PS80401
 
Response Due
8/14/2012
 
Archive Date
8/7/2013
 
Point of Contact
Al Phillips Contract Specialist 3034452449 aphillips@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Cisco Call Center Management System This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.603, 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. (ii) This solicitation, R12PS80401 is issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (iv) This solicitation is full and open competition. NAICS Code is 811213 Communication Equipment Repair and Maintenance. The small business standard is $10 Million in annual sales. (v) This combined synopsis/solicitation is for the following commercial services: To have a fully integrated, Voice over Internet Protocol (VoIP), Cisco Call Center Management System utilizing previously purchased Cisco equipment and software. The work is to be performed at The Bureau of Reclamation, Denver Federal Center, 6th and Kipling Streets, Denver, CO 80225. (vi) Description of requirements for the services to be acquired: The goal of the project is to have a fully integrated, Voice over Internet Protocol (VoIP), Cisco Call Center Management System utilizing previously purchased Cisco equipment and software. Approximately two years ago, the Denver/Washington Information Technology Services Division purchased Cisco equipment to install a call center solution; however, that solution was never implemented-see attached Excel spreadsheet for equipment details. The contractor shall provide a solution/approach to the existing equipment to be fully configured and implemented. Training and technical support will also be evaluated. (vii) This work should start from the date of the contract award through September 30, 2012. The work to be performed is located in section (v). (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price purchase order to the best value offeror conforming to the terms and requirements of the solicitation. 1) Technical Capability - The offeror's proposal will be evaluated to the extent the technical capability demonstrates experience and proficiency in Specific contract requirements are listed below: A.) The contractor's approach/solution to have all existing equipment fully functional for the Call Management System. B.) Training for Reclamation employees by the contractor on the equipment and software. C.) Technical Support-Implementation (Day 1) and (Day 2) support up to 2 weeks after the implementation date. 2) Past Performance - Past performance evaluation will focus on the quality of previous work produced by the offeror. This factor is less important when compared to technical capability. 3) Price- Technical capability and past performances, when combined, are significantly more important when compared to price. The relative order of all evaluation factors is (1) Technical Capability, (2) Past Performance, (3) Price. When combined technical capability, past performance, and schedule is significantly more important than price. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. (xi) The provision at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The provision at FAR 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are, b (12), b (23), b (26), b (27), b (28), b (29), b (31), b (38) b (39), b (42), b (47). (xiii) The provision at Department of Interior 1452.215-71- Use and Disclosure of Proposal Information applies to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Proposals are required to be received no later than Close of Business, 5:00 PM Mountain Standard Time, Tuesday August 14, 2010, and must include the following: Company name, address phone numbers, DUNS number, Tax ID number, proposals shall be delivered via email to aphillips@usbr.gov. (xvi) Please direct any questions regarding this solicitation to Al Phillips at 303-445-2449 or email aphillips@usbr.gov. Item NumberItem Description Qty C2921-VSEC/K9Cisco 2921 Voice Sec. Bundle, PVDM3-32, UC and SEC License P 2 CAB-CONSOLE-USBConcole Cable 6 ft with USB Type A and mini-B 2 CAB-ACAC Power Cord (North America), C13, NEMA 5-15p, 2.1m 2 PWR-2921-51-ACCisco 2921/2951 AC Power Supply 2 S29UK9-15001MCisco 2901-2921 IOS UNIVERSAL 2 MEM-CF-256MB256 MB Compact Flash for Cisco 1900, 2900, 3900 ISR 2 MEM-2900-512MB-DEF512MB DRAM for Cisco 2901-2921 ISR (Default) 2 SL-29-IPB-K9IP Base License for Cisco 2901-2951 2 SL-29-SEC-K9Security License for Cisco 2901-2951 2 SL-29-UC-K9Unified Communication License for Cisco 2901-2951 2 ISR-CCP-EXPCisco Config Pro Express on Router Flash 2 VWIC2-2MFT-T1/E12-Port 2nd Gen Multiflex Trunk Voice/WAN Int. Card - T1/E1 2 PVDM3-32U64PVDM3 32-channel to 64-channel factory upgrade 2 CON-SNT-2921VSECSMARTNET 8X5XNBD Cisco 2921 Voice Sec. 2 CCX-70-ADDON-PRECCX 7.0 PRE Configurable - ADD to an EXISTING deployment 1 CCXIVR-W03-COA-KITCCX and IP IVR COA Kit: Win2003 and COA 2 CCXIVR-70DB1PS1CCX or IVR 7.0 MS SQL 2K Server 1 Processor Software 2 CCX-70-ADDON-KITCCX 7.0 Add On Kit 1 CCX-70-NEW-P-HASCCX 7.0 PRE HA Active and Standby Server SW 1 CCX-70-7825I-HASCCX 7.0 HA Server Software for 7825I or exact IBM equivalent 1 CCX-70-P-SEAT1CCX 7.0 PRE Seat Qty 1 (agent or supervisor) 30 CON-ESW-70ADDONESSENTIAL SW CCX 7.0 PRE Configurable 1 CON-ESW-70PSE1ESSENTIAL SW CCX 7.0 PRE Seat 1 30 CCX-70-BDL-OS-UPGCCX 7.0 OS, Server, UPG ENH-PRE for UCM 5/UCME 2 Seat Bundle 1 CCX-W03-BUNDLE-OSOperating System required for deployment on dedicated server 1 CCX-70-7825ICCX 7.0 Server Software for 7825I or exact IBM equivalent 1 CCXIVR-W03-COA-KITCCX and IP IVR COA Kit: Win2003 and COA 1 CCX-70EP-BUN-UPG=CCX 7.0 UPG 5 Seat Bundle from ENH_PRE 1 CON-ESW-70EBUESSENTIAL SW CCX 7.0 UPG 5 Seat Bundle from ENH-PRE 1 MCS-7825-I4-CCX1HW Only MCS 7825-I4 Server 2 CAB-ACAC Power Cord (North America), C13, NEMA 5-15p, 2.1m 2 CON-SNT-25I4CCX1SMARTNET 8X5XNBD HW Only MCS 7825-I4 Server 2 CCX-70-UPGCCX 7.0 Upgrade FROM 3.x, 4.x, 5.x, 6.x, or 7.0 TO 7.0 1 CCX-70-ENH-PRE-UCCX 7.0 UPG 3.x, 4.x, 5.x, 6.x, 7.0 ENH to 7.0 PRE 1 CCX-70-EPU-S1CCX 7.0 UPG 3.x, 4.x, 5.x, 6.x ENH-PRE Seat Qty1 5 CON-ESW-70UPGESSENTIAL SW CCX 7.0 Upgrade FROM 1 CON-ESW-70EPS1ESSENTIAL SW UPG 3.x, 4.x, 5.x, 6.x ENH-PRE Seat Qty1 5 CP-7945G=Cisco UC Phone 7945, Gig Ethernet, Color, spare 31 CON-SNT-CP7945SMARTNET 8X5XNBD Cisco Unified IP Phone 7945 31 CP-7965G=Cisco UC Phone 7965, Gig Ethernet, Color, spare 4 CON-SNT-CP7965SMARTNET 8X5XNBD Cisco Unified IP Phone 7965 4 CUCM-USR-LICTop Level Sku For User License 1 UCM-7825-71-KITCUCM 7.1 Media Kit for CUWL Only 1 CUCM-PAKInclude PAK Auto-expanding PAK for CUCM 1 CUCM-USRInclude PAK Auto-expanding User for CUCM 300 LIC-CUCM-USR-AUnified Communications Manager Enhanced Single User-Under 1K 50 UCM-7825-71CUCM 7.1 7825 2 LIC-CUCM-USRLicense - 1 Enhanced User 50 CON-ESW-CUCMUSRESSENTIAL SW Top Level Sku For User License 1 CON-ESW-EUSRA1ESSENTIAL SW Unified Comm Mgr Enh Sngle User Under 1K 50 L-IPCOMM7-SWCisco IP Communicator 7.x 1 L-IPCOMM7-LICCisco IP Communicator - Communications Client 10 CON-ESW-IPCOMM7SESSENTIAL SW IP Communicator 7.x Top Level 1 CON-ESW-IPCOM7LESSENTIAL SW Cisco IP Communicator 7.x - Communicatio 10 MCS7825I4-K9-CMC2Unified CM 7.1 7825-I4 Appliance, 0 Seats 2 CUCMS-EVAL-K9CUCMS Monitoring Bundle Evaluation 2 CCX-70-CM-BUNDLECCX 7.0 UCM 5 Seat ENH Bundle - ONLY with New UCM 2 CAB-ACAC Power Cord (North America), C13, NEMA 5-15p, 2.1m 2 CON-SNT-25I4C2SMARTNET 8X5XNBD Unified CM 7.1 7825-I4 Appliance, 0 Seat 2 CON-ESW-70CMBUESSENTIAL SW 7.0 UCM 5 Seat ENH Bundle 2 MCS7825I4-K9-UCB1Cisco Unity Connection 7.1 MCS 7825 IBM Appliance 2 UNITY-PWR-USPower Cord - US, Can, Mex, PR, Phil, Ven, Tai, Col, Ecu 2 CON-SNT-25I4KUB1SMARTNET 8X5XNBD Cisco Unity Connection 7.0 MCS 7825 IBM 2 UCSS-CCXUCSS for Cisco Unified Contact Center Express 1 UCSS-CCX-P-1-1UCSS for CCX PRE for One Year - 1 users 35 UCSS-MSGUCSS for Messaging Products - Unity/Unity Cxn 1 UCSS-MSG-1-1UCSS for Messaging - 1 Year - 1 User 50 UCSS-UCMTop level SKU, Unified CallManager Software Subscription 1 UCSS-UCM-1-1UCSS for UCM User for One Year - 1 user 50 UNITYCN7-K9Unity Connection 7.x Software 1 UNITYCN7-50USRUnity Connection, 24 ports, 50 users - All user Features 1 CON-ESW-UNITYCN7ESSENTIAL SW Unity Connection 7.x SW Top Lvl 1 CON-ESW-UNI750UESSENTIAL SW Unity 24 ports, 50 users 1 UNITYCN7-LIC-UPGUnity Connection, SW Feature License Add-ons 1 UNITYCN7-HA-24Unity Connection High Availability Platform Overlay 1 1 UNITYCN7-PAKProduct Activation Key for Unity Connection 7.0 1 CON-ESW-UNICN7LUESSENTIAL SW Unity Conn SW Feature Lic Add-ons TopLvl1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4562beb5e811c509f20c2fdfcb1a3d85)
 
Place of Performance
Address: Bureau of ReclamationDenver Federal Center6th and Kipling StreetsDenver, CO 80225-0007
Zip Code: 802250007
 
Record
SN02829159-W 20120809/120807235615-4562beb5e811c509f20c2fdfcb1a3d85 (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.