Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2005 FBO #1341
SOLICITATION NOTICE

58 -- Avaya Expansion Peripheral Node (EPN)

Notice Date
7/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-05-Q-0046
 
Response Due
8/15/2005
 
Archive Date
8/30/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. HSFEMW-05-Q-0046, issued as a Request for Quotation (RFQ), is for the purchase of an Expansion Peripheral Node (EPN) using only Avaya new and refurbished parts, based on the configuration identified below. The EPN will be connected to FEMA?s Mt. Weather Emergency Operations Center (MWEOC) G3r via fiber. Installation will be performed by Government personnel. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-04, dated 6/8/2005. This procurement is not a small business set-aside. The NAICS code is 334290/small business size standard 750. It is anticipated that only one award will result from this solicitation via the issuance of a Delivery Order under Avaya?s GSA Schedule Contract No. GS35F4321D. The Delivery Order will also include Open Market commercial supply items. Delivery of the EPN will be made to FEMA?s MWEOC facility located in Bluemont, VA 20135, which is also the place of inspection and acceptance. Government desires delivery within 30 days (or sooner) after receipt of order. The configuration identified below shall be utilized by the offeror for their proposed EPN. The cards and phones should be refurbished, but the remaining items should be new. Offerors shall submit a detailed bill of materials for their proposed EPN based on the following EPN CONFIGURATION: a. SCC EPN, second shelf minimum, with redundant expansion interfaces. Approximate distance to PPN is 4900 feet using 62.5 micron multimode fibers (long range application maybe); b. 6 ea ISDN 556 cards supporting 52 STE desk sets; c. 5 ea Analog 24 port cards; d. 25 ea 2-wire Digital cards; e. 360 ea 6408D+ Telephones; f. 1 ea Maint/Test card for EPN, g. 2 ea SNI cards for PPN end, h. 4 ea Long or short range fiber transceivers; i. 15 ea Wall Mount analog telephones with mounting hardware; j. 3 ea Analog Conference telephones (FEMA normally uses the Polycom units); k. 110 cabling hardware to EPN with 15? extender cables; and l. Any other items not listed but are needed for the PPN and EPN ends. Only Avaya and authorized Avaya resellers will be considered for award since the EPN must be compatible with the existing Avaya telephone switch. Offerors are to specify on their proposed bill of materials which items are from Avaya?s GSA Schedule Contract No. GS35F4321D and which items are Open Market. Offerors shall also designate which items are refurbished. The provision at FAR 52.212-1, Instructions to Offerors?Commercial Items, applies to the Open Market items under this acquisition. The provision at FAR 52.212-2, Evaluation?Commercial Items, applies to the Open Market items under this acquisition. Technical Evaluation Factors: (The three evaluation factors listed below are of equal importance to each other.) 1. In order for an offeror?s proposal to be evaluated, the offeror must be an authorized Avaya reseller or Avaya itself. 2. The proposed bill of materials making up the proposed EPN must be compatible with FEMA?s existing Avaya telephone switch. 3. The EPN must be shipped as an integrated product. Award will be made to the responsible offeror whose offer conforming to the stated requirements will be most advantageous to the Government, technical and price being considered. The technical evaluation factors are of greater importance when compared to price, therefore, the Government will utilize Best Value procedures in making the award. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with their response. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to the Open Market items under this acquisition. (NOTE: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to the Open Market items under this acquisition and the following additional FAR clauses apply: 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33. Written responses to this RFQ must be received no later than 3:00 PM/EST, 08/15/2005 and shall be addressed to Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135, ATTN: Sandi Nixon/Bldg. 413 or sent electronically to Sandra.Nixon@dhs.gov (electronic is preferred). Technical questions must be received no later than five business days following publication of this notice and emailed to Ms. Nixon at Sandra.Nixon@dhs.gov or faxed to 540/542-2632. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Record
SN00855513-W 20050729/050727211540 (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 |
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.