Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2009 FBO #2835
SOLICITATION NOTICE

70 -- VOICE MAIL SERVER UPGRADE - REQUIRED EQUIPMENT LIST

Notice Date
8/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-09-T-JH12
 
Archive Date
9/5/2009
 
Point of Contact
Jackie D Handley, Phone: 757-763-2441
 
E-Mail Address
handleyj@nsweast.socom.mil
(handleyj@nsweast.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
VOICE MAIL UPGRADE EQUIPMENT LIST. 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 H92243-09-T-JH12 is issued as a request for quotation (RFQ) and this is notice that NSWG2 Logistics Support Contracting Office, NAB Little Creek, Norfolk VA 23521 intends to award a firm fixed price contract. The associated naics code is 423430 and will be issued on an unrestricted basis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on the lowest priced technically acceptable proposal. Quote prices FOB Destination to Norfolk, VA 23521 Naval Special Warfare Group Two has a requirement for replacing two Cisco Call Managers 4.2 and Unity 4.0 installed on four Cisco MCS Servers that have reached end of life. The Voice mail Server is a MCS-7845H-2. Two Call manager servers are MCS-7835H-2's and one Call Manager Server is a MCS-7835H-1 configured as one publisher and two subscribers. The contract will include equipment, software (see attached list) and professional services as one contract. This work will be performed as a total package (on site visit preferred) on Facility Bldg 3854, NAB Little Creek, Norfolk, VA. The site visit is required to gather in-dept detailed information from the Voice over Internet Protocol (VoIP) Administrator on the Call Manager/Voice mail servers, and routers. The Call Manager server is supporting approximately 2,000 users and Unity Voice Mail is supporting approximately 800 users. Three 3745 routers are being replaced with three 3845 IPv6 compliant routers. One router is the border router and two routers are voice gateways. CLIN 0001 - E quipment and software (see attached list) 1 LO See attached list of items. Provide unit prices for each item. REFURBISHED OR RECONDITIONED ITEMS ARE NOT ACCEPTABLE FOR THIS REQUIREMENT. VENDOR SHALL WARRANT THAT THE PRODUCTS ARE NEW AND IN THEIR ORIGINAL BOX AND HAVE SOURCED ALL CISCO PRODUCTS FROM CISCO OR THROUGH CISCO AUTHORIZED CHANNELS ONLY. CLIN 0002 - Professional services 1 LO Professional services to migrate current Voice over Internet Protocol (VoIP) system to a new hardware platform to include hardware installation, software installation, configuration, testing of upgrade of VoIP Call Manager,Unity Voice Mail, and router equipment. Turn key installation with minimal outages. For site visit or technical information contact Ron Campbell at (757) 763-2622. If quoting equal, provide detailed specifications with proposals for evaluation. ONLY WRITTEN QUESTIONS REGARDING THIS ANNOUNCEMENT WILL BE ACCEPTED. THE SOLICITATION DOCUMENT AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2005-36. NOTE THAT YOU MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION SYSTEM TO BE CONSIDERED FOR THE AWARD. REGISTRATION IS FREE AND CAN BE COMPLETED ONLINE AT HTTP://WWW.CCR.GOV. THE FOLLOWING PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION: 52.203-3 GRATUITIES FAR 52.203-6 Restrictions on Subs ALT I 52.204-7 CENTRAL CONTRACTOR REGISTRATION; 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS 52.212-2 EVALUATION COMMERCIAL ITEMS THE GOVERNMENT WILL AWARD A CONTRACT RESULTING FROM THIS SOLICITATION TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMING TO THE SOLICITATION WILL BE MOST ADVANTAGEOUS TO THE GOVERNMENT BASED ON PRICE. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS; OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF FAR 52.212-3 WITH THEIR PROPOSALS. REPRESENTATIONS AND CERTIFICATIONS SHALL BE COMPLETED VIA THE ORCA WEBSITE HTTPS://ORCA.BPN.GOV. 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEM (DEVIATION); 52.222-3 CONVICT LABOR 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMEDIES; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Special Disabled Veterans 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; FAR 52.222-37 - Employment Reports FAR 52.222-39 - Notification of Employee Rights 52.222-50 COMBATING TRAFFICKING IN PERSONS; 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES; 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION; 52.233-3 PROTEST AFTER AWARD; 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM 52.243-1 CHANGES FIXED-PRICE; 52.247-34 F.O.B. DESTINATION FAR 52.249-2 -- Termination for Convenience of the Government (Fixed-Price) (Short Form), 52.252-2 CLAUSES INCORPORATED BY REFERENCE; 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES; 252.204-7004 ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION; 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM; 252.227-7015 TECHNICAL DATA COMMERCIAL ITEMS; 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT; 252.232-7010 LEVIES ON CONTRACT PAYMENTS REQUESTS AND RECEIVING REPORTS; 252.243-7001 PRICING OF CONTRACT MODIFICATIONS; DFARS 252.204-7004 Al t A - Central Contractor Registration DFARS 252.209-7004 - Subcontracting with Terriost Owned Firms DFARS 252.211-7003 Item ID and Valuation DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adj. QUOTATIONS ARE DUE 09-04-09, BY 2:00 PM. E-MAIL: JACQUELINE.HANDLEY@NSWEAST.SOCOM.MIL OR FAX 757-462-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-09-T-JH12/listing.html)
 
Place of Performance
Address: 1300 HELICOPTER RD BLDG 3854, NAB LITTLE CREEK, NORFOLK, Virginia, 23521, United States
Zip Code: 23521
 
Record
SN01930020-W 20090829/090828082926-1f082701f68f4c917b94a03655a5b786 (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.