MODIFICATION
70 -- NAWAS Conference Bridge
- Notice Date
- 7/10/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
- ZIP Code
- 20135
- Solicitation Number
- HSFE50-14-R-0018
- Archive Date
- 8/12/2014
- Point of Contact
- Christine A. Todd, Phone: 5405425283
- E-Mail Address
-
christine.todd@dhs.gov
(christine.todd@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This announcement is hereby issued to amend the Special Notice of Solicitation #HSFE50-14-R-0018 as follows: In accordance with FAR Part 13.5 and 13.501, the Federal Emergency Management Agency (FEMA) intends to award a contract on the basis of brand name justification (see attached JOFOC). FEMA intends to award this contract to a Speakerbus and Avaya Authorized Dealer. The contract is to add NAWAS conference bridge capabilities exactly the same as the existing bridges for a National Warning System (NAWAS) conference bridge solution. The existing software is proprietary and patented and only Speakerbus, Inc. possesses the corporate knowledge required to support the existing system. See Statement of Work (Attachment A) for Section 508 and security requirements. The total value of this requirement is anticipated to be approximately ____ and the expected period of performance is to be from date of award through 120 (calendar) days. The evaluation criteria is lowest price/technically acceptable. In order for an Offeror to be considered technically acceptable the Offeror must be (a) a Speakerbus authorized dealer (b) an Avaya authorized dealer and (c) have an active Top Secret (TS) clearance at time of proposal due date. Section E-Solicitation Provisions, FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014), (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Period for acceptance of offers is hereby changed to 60 calendar days from 30 calendar days. All other information in the solicitation remains unchanged. Only one award will result from this RFP. If you have questions, please contact Ms. Christine Todd via e-mail at christine.todd@dhs.gov. No questions will be entertained by the Government after 5:00 PM local time on 07/15/2014. Due date for receipt of responses to this RFP will be 2:00 PM local time, 07/28/2014 to Ms. Christine Todd at email address: christine.todd@dhs.gov or fax number at 540-542-2632. Ms. Todd's telephone number is: 540-542-5283. Electronic responses are preferred and strongly encouraged. Amendments to this RFP will be published in the same manner as the initial solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-14-R-0018/listing.html)
- Place of Performance
- Address: Lakewood, Colorado, 80226-9424, United States
- Zip Code: 80226-9424
- Zip Code: 80226-9424
- Record
- SN03420529-W 20140712/140710234943-25e67bd364e00723cf10f11084d47708 (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 |