SOLICITATION NOTICE
70 -- MAINTENANCE OF OCTEL 300 AND OCTEL 200 VOICE MESSAGE SYSTEMS
- Notice Date
- 12/27/2004
- Notice Type
- Solicitation Notice
- NAICS
- 561421
— Telephone Answering Services
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Federal Technology Service(2TT), 26 Federal Plaza Room 1809, New York, NY, 10278
- ZIP Code
- 10278
- Solicitation Number
- GS-02T-05-CLM-0001
- Response Due
- 1/12/2005
- Archive Date
- 1/27/2005
- Small Business Set-Aside
- Total Small Business
- Description
- PROVIDE MAINTENANCE ON OCTEL 300 AND OCTEL 200 VOICE MESSAGE SYSTEMS. 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 solicitation documented and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26, dated December 20, 2004. A firm-fixed price contract is anticipated to result from the award of this full and open competition. Award will be made using Simplified Acquisition Procedures. This procurement is totally set aside for small business firms. The period of performance is February 1, 2005 thru January 31, 2008 Base Year and additional Two (2) One (1) ? Year options. The awarded contractor shall provide comprehensive maintenance for Octel 300 and Octel 200 voice message systems. The Scope of Work is as follows: The contractor shall provide maintenance coverage between the hours of 8:00 AM ? 5:00 PM, Monday thru Friday for Octel 300 and Octel 200 systems. The contractor must be an Octel authorized distributor with access to the Technical Assistance Center (TAC) of the Octel maintenance provider and must be within seventy five (75) miles of New York City sites ( 26 Federal Plaza and 201 Varick Street). Onsite response time for major problems after notification shall be no longer than four (4) hours. Major problems consist of, but are not limited to: unscheduled total system outage and failure to reboot, System Manager Terminal (SMT) not accessible, twenty five percent (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, networking not functioning properly. The contractor shall provide remedial maintenance to include diagnose and repair of hardware and software problems. Provide software updates which will improve system performance and address safety issues. In the event of a system outage or disaster, the contractor shall provide the necessary parts and/or installation within twenty four (24) hours or less. The contractor shall provide the following pricing information: Base Rate @$XX. y0/hour Port Rate @ $XX.y0/hour Port Storage Rate@$XX.y0/hour. GSA?s existing configuration includes: OCTEL 200 ? Serenade Software ? SYSTEM SOFTWARE RELEASE S.4.0.0-2 (04/30/99), S/N:200850, 24 Ports, 2 GB COD Drives, 35 Message Hours, RS232- SMDI integration with a Lucent 5ESS, Voice mailbox with a capacity of 5,000 ? currently 1,500 out of 5,000 user mailboxes are used. OCTEL 300 ? Serenade Software - SYSTEM SOFTWARE RELEASE S.4.0.0-2 (04/30/99), S/N:300886, 60 Ports, 2 GB COD Drives, 111 Message Hours used, 253 Message Hours installed, RS232- SMDI integration with a Lucent 5ESS, Voice mailbox with a capacity of 5,000 ? currently 3,660 out of 5,000 user mailboxes are used. The North American Industry Classification Systems (NAICS) is 561421. Award will be made to the lowest priced technically acceptable proposal. The following FAR provisions shall apply to this solicitation: 52.212-1 Evaluation-Instructions to Offerors - Commercial Items. All offerors are to include with their Offer a completed copy of provision 52.212-3 Offeror Representations and Certifications ? Commercial Items. This requirement shall also be completed online at http://orca.bpn.gov. The following FAR clause applies to this solicitation: 52.212-4 Contract Terms and Conditions ? Commercial Items. The following additional FAR clauses that are cited in clause 52.212-5 are applicable to this solicitation: 52.226-26, Equal Opportunity ? 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era ? 52.222-36 Affirmative Action for Handicapped Workers ? 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era ? 52.222-41 Service Contract Act of 1965, as Amended ? 52.232-18 Availability of Funds. It is the offerors responsibility to regularly check FedBizOps for any amendments related to this solicitation. Technical inquiries shall be addressed in writing to: OCTEL 300 - GENERAL SERVICES ADMINISTRATION, FEDERAL TECHNOLOGY SERVICE 26 FEDERAL PLAZA ROOM 1809 NEW YORK, NY 10278 ATT: Mr. MILTON GOMEZ. Milton.gomez@gsa.gov (212) 264-3572. OCTEL 200 - GENERAL SERVICES ADMINISTRATION, FEDERAL TECHNOLOGY SERVICE 26 FEDERAL PLAZA ROOM 1809 NEW YORK, NY 10278 ATT: Mr. DMITRI KOZLOVSKI. Dmitri.kozlovski@gsa.gov (212) 264-4038. All non-technical inquiries shall be addressed to the Contracting Officer: GENERAL SERVICES ADMINISTRATION, FEDERAL TECHNOLOGY SERVICE 26 FEDERAL PLAZA ROOM 1809 NEW YORK, NY 10278 ATT: Mr. STEVEN BARRY. steve.barry@gsa.gov (212) 264-7036. ALL TELEPHONE INQUIRES SHALL BE CONFIRMED IN WRITING. Offerors shall submit a written price and technical proposal by 5:00 PM, EST January 12, 2005. Proposals received after the due date will not be considered. Offerors shall submit proposals to: GENERAL SERVICES ADMINISTRATION, FEDERAL TECHNOLOGY SERVICE 26 FEDERAL PLAZA ROOM 1809 NEW YORK, NY 10278 ATT: STEVEN BARRY.
- Place of Performance
- Address: 1) Jacob K Javits Federal Office Building 26 Federal Plaza New York, NY 2) Federal Office Building 201 Varick Street New York, NY
- Zip Code: 10278
- Country: US
- Zip Code: 10278
- Record
- SN00726972-W 20041229/041227211902 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |