Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2014 FBO #4739
SOLICITATION NOTICE

D -- Enterprise Managed Telephone system Installations & Equipment Recapitalization

Notice Date
11/13/2014
 
Notice Type
Presolicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG79-15-R-PT2006
 
Archive Date
12/20/2014
 
Point of Contact
Cynthia Valdes, Phone: 703/313-5433, Cherish Driver, Phone: 703/313-5382
 
E-Mail Address
Cynthia.Valdes@uscg.mil, Cherish.D.Driver@uscg.mil
(Cynthia.Valdes@uscg.mil, Cherish.D.Driver@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
UNITED STATED COAST GUARD COMMAND, CONTROL COMMUNICATION, COMPUTER INFORMATION SERVICE CENTER (CG-C4IT SC), TELECOMMUNICATIONS INFORMATION SYSTEMS COMMAND (TISCOM) FOR ENTERPRISE INFORMATION SYSTEM INFRASTURCTURE (EISI) PRODUCT LINE (PL) TELEPHONY & DESKTOP TELEPHONE SERVICE PRE-SOLICITATION NOTICE (SYNOPSIS) THIS IS A PRE-SOLICATION NOTICE (SYNOPSIS) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH; AND FAR PART 19.5: SET-ASIDES FOR SMALL BUSINESS. THIS SYNOPSIS IS ISSUED SOLELY TO GARNER INTEREST FROM THE SMALL BUSINESS COMMUNITY. THIS SYNOPSIS IS RESTRICTED TO CURRENT AND ACTIVE SMALL BUSINESS COMPANIES, PRIME VENDORS MUST BE AN AVAYA FEDERAL AUTHORIZED GSA BUSINESS PARTNER FOR VOICE PBX (AVAYA PRODICTS AND SERVICES) FOR THE NATIONWIDE TERRITORY. THE PRIME VENDOR MUST BE AUTHORIZED FOR CO-DELIVERY/SERVICE WITHOUT TEAMING OR SUB-CONTRACTING. This Synopsis does not commit the Government to contract for any supply or service whatsoever. Further, the United States Coast Guard (USCG) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S.) Government will not pay for any information or administrative cost incurred in response to this Synopsis. All costs associated with responding to this Synopsis will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Synopsis. Responses to the Synopsis will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Synopsis does not preclude participation in any future Request For Proposal (RFP), when issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Synopsis and any future RFP. The following is a brief scope of the commercial products/services being synopsized under this Pre-Solicitation Notice (Synopsis): CG-C4IT SC TISCOM has a requirement and intends to award a 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Enterprise Managed Telephone system Installations and Equipment Recapitalization. The telephony and enterprise voice equipment and services procured under this contract will support the USCG's current and future daily operations, as well as any emergency response or disaster recovery situations that may arise throughout the life of this contract. The Contractor will work with the USCG representatives on a Task-Order basis to support existing telephone systems, and transition to an enterprise voice solution. Life-cycle support for existing telephone systems includes the eOn Millennium, Avaya IP Office, Avaya CM-6, and Avaya (Legacy Nortel) CS1000 E/M Version 7.6 along with their associated voicemail, UPS, Call Detail Record, and Overhead paging systems. The enterprise voice transition will include the full range of design, planning, installation, integration, and information security activities. The enterprise voice solution may operate with or without a third-party Unified Communications (UC) Platform such as OCS/Lync. The North American Industrial Classification System (NAICS) number is 334210 and the business size standard is 1,000 employees. The government intends to award a 5 year Indefinite Delivery/Indefinite Quantity (IDIQ contract resulting from a future solicitation (RFP) to the most responsive, responsible offeror whose proposal conforms to the combined synopsis/solicitation, Statement of Work (SOW) and is the most advantageous to the government, technical, price and other factors considered. All responsible Small Business (SB) firms may submit their interest, which shall be considered by the agency. RESPONSES: Please submit your interest via email to Ms. Cherish Driver, Contracting Officer, at Cherish.D.Driver@uscg.mil, or Cynthia Valdes, Contracting Officer, at Cynthia.valdes@uscg.mil. This Pre-Solicitation Notice (Synopsis) will be open for a period of 15 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG79-15-R-PT2006/listing.html)
 
Place of Performance
Address: Various Coast Guard shore and floating units, United States
 
Record
SN03571984-W 20141115/141113234145-5fc6b99afff6e328d9d1b6afd12f6e75 (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.