Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

D -- TN National Guard - Avaya PBX Maintenance and Service Support

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-16-Q-1707
 
Archive Date
3/3/2016
 
Point of Contact
Adam W. Sanchez, Phone: 6153130737, CW4 Donal Cherry,
 
E-Mail Address
adam.w.sanchez.mil@mail.mil, donald.l.cherry2.mil@mail.mil
(adam.w.sanchez.mil@mail.mil, donald.l.cherry2.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The TN National Guard (TARNG), Joint Force Headquarters J-6, located at 3041 Sidco Drive, Nashville, TN 37294 is soliciting for proposals to contract on the basis of full and open competition for Avaya Private Branch Exchange (PBX) telecommunication maintenance support services. This is a combined synopsis/solicitation for commercial services 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. This solicitation, W912L7-16-Q-1707 is issued as a request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The North American Industrial Classification System (NAICS) code for this effort is 811213, with a small business threshold of $11M. The solicitation ends on Thursday February 25th at 4pm CST, and all offers are due by that deadline. Submitted questions will be addressed if they are asked no later than 4pm CST on Friday, February 19th. The estimated date of award for this action is February 29th, 2016, and Notice to Proceed will be given on March 1st. Period of performance is expected to begin on 1 March 2016 and continue for a full year until 28 February 2017 Please note provision FAR 52.212-1, instruction to offerors applies, and The TNARNG intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. As per FAR 52.237-2, offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Nashville JFHQ Site Visit open for interested vendors On Tuesday, February 16th at 10am CST. Please contact MAJ Adam Sanchez to be included. SCOPE OF WORK The proposed action is for Avaya PBX systems telecommunication maintenance support services at the eight (8) TNARNG communications locations. Each location has existing Government-owned Avaya PBX systems installed and operating on a 24x7x365 basis. Each system is used to support the telephone network installed and operating throughout each location and its surrounding state of Tennessee National Guard facilities. The contractor will be required to provide remote monitoring, maintenance, service and support, with required on-site trouble shooting capabilities across the state's 8 facilities. The core maintenance and support for the Avaya PBX infrastructure consists of Remote Monitoring; Help Desk Support; On-Call Site Support; Emergency and After Hour triage; and parts and repairs. NEW REQUIREMENT <<PLEASE SEE ATTACHED PWS FOR DETAILS AND EQUIPMENT/LOCATION LIST>> System Specs: Software Load: R014x.00.2.732.1, Platform 6, PBX Version 4.0.1 -- TNARNG Avaya system Sold to numbers & report prints can be made available upon request: Report disp system Cu Report display capacity List cabinet List station List survivable-Proccessor Audix= system -eval. <<No current PSS contract set up and no set replacements are included in this solicitation.>> VENDOR REQUIREMENTS This is a Defense Switch Network (DSN), and offerors must be familiar and experienced with the following standards and guidance in servicing and monitoring Department of Defense PBX networks: Security Technical Implementation Guide (STIG); DODi 8100.3 DoD Voice Networks; and Avaya's Military Unique Deployment Guide. Furthermore, any potential offerors must be a certified Gold or Platinum Avaya Business Partner, and they must submit a Letter of Good Standing from Avaya as part of the offer* (see attached J&A). There is also a physical requirement for the offeror to be able to provide on-site service support within 90 minutes of an identified issue that requires hands-on repair. The 8 locations must be reachable by the contractor in 90 minutes to cover emergencies or challenging issues with our state's PBX telecommunications structure. Again, reference attached PWS for locations. CONTRACT CLINS CLIN 0001 - Firm Fixed Priced, monthly fee for full service and maintenance covered in the PWS. Monthly PoP Invoicing CLIN 0002 - Accrued Actual Costs for significant Replacement Parts or Items required for PBX system functioning. (Materials must be approved by COR prior to purchase and invoiced to contract) Monthly PoP - invoiced as accrued Note: Travel, training, or vendor certification expenses are the responsibility of the offeror. 1001 - Option Year 1, Service 1002 - Option Year 1, Parts 2001 - Option Year 2, Service 2002 - Option Year 2, Parts 3001 - Option Year 3, Service 3002 - Option Year 3, Parts 4001 - Option Year 4, Service 4002 - Option Year 4, Parts EVALUATION The basis for award will be a best value to the government based on: Price, Quality of Coverage, Past Performance. Price and Quality of Coverage are equally important with Past Performance being of lesser importance, but still a measure of capability. The TNARNG will balance the best price for the highest level of service quality (based on terms of the service level agreement of the offeror) to determine award. Per 52.217-3 The TNARNG will evaluate offers for award purposes by including only the price for the basic requirement ; i.e., options will not be included in the evaluation for award purposes. Furthermore, please be clear in how the 90 minute, on-site critical support requirement will be met. Vendor support personnel must be able to physically arrive at any of our 8 sites per 3.4 and 3.5 of the PWS in emergency or complicated service circumstances. This requirement is an Acceptable/ Unacceptable criteria. Please include your past performance experience with DoD, MUDG and STIG protocols and DSN networks. This is the key past performance evaluation factor. SUBMISSION Along with your offer, please provide past references and performances on similar DSN network PBX service jobs for the government; Letter of Good Standing with Avaya and Gold/Platinum Level; Any other qualifying information to support other than price competition. CONTACT: To submit questions, proposals or references, please send to: MAJ Sanchez, Adam W. USAR ADT 51C Contracting Specialist Purchasing & Contracting, USPFO for TN COMM: 615-313-0737 <img style="overflow: hidden; cursor: hand; height: 16px; width: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; bottom: 0px;" title="Call: 615-313-0737" src="data:image/png;base64,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" alt="" /> DSN: 312-683-0737 <img style="overflow: hidden; cursor: hand; height: 16px; width: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; bottom: 0px;" title="Call: 312-683-0737" src="data:image/png;base64,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" alt="" /> e-mail: adam.w.sanchez.mil@mail.mil Other Key Provisions: 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014) (a) The offeror shall check the following certification: The offeror must certify that- (1) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (2) The contract services are furnished at prices that are, or are based on, established catalog or market prices. An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. An "established market price" is a current price, established in the usual course of ordinary and usual trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; (3) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (4) The offeror uses the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the offeror uses for these employees and for equivalent employees servicing commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(d)(3) that the Service Contract Labor Standards statute- (1) Will not apply to this offeror, then the Service Contract Labor Standards clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements, in this solicitation will not be included in any resultant contract awarded to this offer, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause of this solicitation at 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements, will not be included in any resultant contract to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible if the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (End of provision) 52.212-3 -- Offeror Representations and Certifications The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference. (End of provision) 252.232-7006 -- Wide Area WorkFlow Payment Instructions The offeror will submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-16-Q-1707/listing.html)
 
Place of Performance
Address: 3041 Sidco Dr, TN National Guard Joint Force HQ, Nashville, Tennessee, 37204, United States
Zip Code: 37204
 
Record
SN04018726-W 20160213/160211235209-c24270d28f1cf2c8471242a875bcf4a2 (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  © 1994-2020, Loren Data Corp.