SOLICITATION NOTICE
D -- Maintenance for the Consolidated Area Telephone System (CATS)
- Notice Date
- 3/8/2025 7:27:42 AM
- Notice Type
- Presolicitation
- NAICS
- 517111
—
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024425R0012
- Response Due
- 4/5/2025 9:00:00 PM
- Archive Date
- 04/30/2025
- Point of Contact
- Jonathan A. Stames 6195567669
- E-Mail Address
-
jonathan.a.stames.civ@us.navy.mil
(jonathan.a.stames.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a hybrid FFP and T and M contract to an Avaya certified maintenance provider for the Avaya items under various CLINs to support the San Diego area Consolidated Area Telephone System (CATS). The only source being available to meet the Governments needs as a required brand name is: Avaya Federal Solutions, Inc. 7415 Boston Blvd. Springfield, VA. 22153-3122, United States The North American Industry Classification System (NAICS) code for this requirement is 517111; the business size standard is 1500 (number of employees). The objective of this brand name sole source award is to provide maintenance, operations, and installation support for Navy-owned Avaya equipment associated with the Consolidated Area Telephone System (CATS). Maintenance of the San Diego CATS network is critical to maintain equipment and provide services to all users on the network. Services are necessary to ensure critical telecommunications services are available for the approximately 593 official Government and sponsored activities. Interruption of such communication would cause mission essential functions to breakdown and/or cease. Avaya Federal Solutions, Inc. is the only source that can meet the requirement for brand name accredited maintenance service providers and brand-named items in order to meet the stringent warranty provisions of the Government owned Avaya equipment used throughout the San Diego Consolidated Area Telephone System. The telecommunication system owned by the Government is Avaya. Maintenance Software Permissions (MSPs) are the intellectual property of the Avaya Original Equipment Manufacturer (OEM). MSPs are required in the day-to-day operation and support of the systems included in this solicitation. MSPs called forth in the Performance Work Statement (including various CLINs) provide legal access to the MSPs for the systems included in this solicitation. Avaya�s servicing strategy is to provide Service Agreements for those products manufactured and/or sold by Avaya. Use of the Maintenance Software Permissions (MSPs), Avaya�s proprietary Right-to-Use (RTU) maintenance software, gives the customer the maintenance capabilities they need to respond to some alarms, and aids in trouble isolation procedures. Authorized Partners, through the use of the DADMIN login, can maintain their customer�s switches and respond to more of their customers� troubles. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required maintenance, operations, and installation support for Navy-owned Avaya equipment associated with the Consolidated Area Telephone System (CATS) and proof of the following special qualifications: Maintaining an Avaya Diamond Level Partnership and Avaya OEM Equipment Certifications. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a brand name sole source contract. Capability statements are due by 10:00 AM PST, April 6, 2025. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: jonathan.a.stames.civ@us.navy.mil NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0bf9fb4799594556b0f8a828308adaf6/view)
- Place of Performance
- Address: N70240NAVCOMTELSTA SAN DIEGOPO BOX 357056, San Diego, CA 92135, USA
- Zip Code: 92135
- Country: USA
- Zip Code: 92135
- Record
- SN07365543-F 20250310/250308230034 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |