SOURCES SOUGHT
70 -- Avaya maintenance
- Notice Date
- 2/28/2017
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- R17PS00443
- Archive Date
- 3/21/2017
- Point of Contact
- Christina Mohamed, Phone: (303) 445-2110
- E-Mail Address
-
cmohamed@usbr.gov
(cmohamed@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY This will be a small business set aside. This Request for information (RFI) is for the purpose of identifying contractors that possess the capabilities outlined below. MINIMUM QUALIFICATIONS. The contractor shall be a Platinum member of Avaya Partnership program. Contractor Technicians shall be Avaya trained with Aura, Succession Operational software, CallPilot Messaging with Desktop and My CallPilot applications, TM administration, rls 2.2 programming and applications, Voice over IP (VOIP) programming via Signal Server, and trained in upgrade procedures for large multi-group systems. This minimum qualification requirement shall remain in effect for the duration of the contract. REQUIRED TASKS. The contractor shall provide the Bureau of Reclamation the following required coverage's for the communications system: 24/7/364 staffed help-desk technical support to address an "outage". The contractor shall comply with this requirement 98% of the time; 24/7/364, 15 Minute First Response (telephonic or on-line) to emergency calls (generally major outage related) with an on-site visit within two hours, or as the Government makes the site available during routine and non-duty hours. Resolution of the non-performance issue shall transpire within 24 business hours of the contractor's on-site visit. Resolution includes any required parts. The contractor shall comply with this requirement 98% of the time; Two hour First response (telephonic or on-line) to non-emergency calls (generally minor outage or technical question related) with an on-site visit by the end of the business day so long as the contractor receives the Government non-emergency call three hours prior to the end of the business day, and, is granted Government site access (routine duty hours) during the Government three hour advance notification lead time period. If the Government notification does not meet the three hour lead time requirement, the contractor shall provide on-site response the next business day when the Government opens for routine duty hours. For example, if the Government opens at 8:00a.m., then the contractor would be on site at 8:00a.m. to meet this requirement. Resolution of the non-performance issue shall transpire within 48 business hours of the contractor's on-site visit. Resolution includes any required parts. The contractor shall comply with this requirement 98% of the time; The contractor shall also be able to provide Video Solutions, Voice Solutions, and Application of product Solutions. The contractor shall provide the Government with 24/7/324 capability to enter on-line technical questions or work requests. In addition, the contractor show provide on-line service ticker tracking so as to enable the Government to track status of an entered on-line technical questions or work request. The contractor shall comply with this requirement 98% of the time; On site repair visits during non-business hours shall be coordinated with Reclamation to guarantee proper access. All service effecting repair or software upgrades that requires system interruption shall be coordinated with the Contracting Officer's Representative, or Reclamation communication technicians as appropriate to meet system resolution deadlines for major or minor outages. Any on-site visits for major or minor alarms during normal or off-duty business hours will require prior notification to Reclamation's communication technicians to ensure switch room access. All software upgrades required during the term of the contract shall be performed during non-business hours with a contractor 48 hour advanced written or telephonic notification. Any software upgrades shall be uploaded within seven business days, or as is customarily made available to the commercial marketplace. THE EXCEPTION, will be if and when the upgrade shall necessitate the additional purchase of HARDWARE. In such instances, the contractor shall notify the Government Contracting Officer's Representative within 24 hours of the software availability. In such instances, the Government will procure any hardware under a separate procurement, if the Government should elect to want the given upgrade under this contract. The contractor will then have seven business days to upload the software, or as is customarily made available to the commercial marketplace, once the Government has provided evidence that it has purchased the required hardware. The contractor shall manage and apply all applicable patches/updates to the covered equipment in coordination with Reclamation. The actual physical phones are not covered under this contract. Based on historical precedent, "system outages" have been triggered by different problematic issues. Contractor requirements, software upgrades, parts and labor, shall cover the following: •Avaya Communication Server 1000M Multi Group PIV communication system; •CS1000 Element Manager; •CallPilot voicemail system; •CallPilot Application Builder; •CallPilot Desktop; •CallPilot Reporter server; •(TM) Telephony Manager server; INSTRUCTION FOR RFI SUBMISSION: After review of the attached documentation, interested parties may submit a response in an electronic format only via email to cmohamed@usbr.gov no later than 6 March 2017 11:00 am MDT. Electronic files should be in Microsoft Office Word or PDF format. All information should be UNCLASSIFIED material only. Respondents should include as part of their submission: a. A synopsis of the company's capabilities to meet requirements b. DUNS Number c. Company Name d.Company Address e.Business size, SDVOSB, HUBZone, or Woman owned status, as validated via the System for Award Administration (SAM). All offers must register on the SAM located at http://www.SAM.gov f.Company point of contact, phone and email address. g.Past work experience. If you have experience working with other Federal Agencies and/or commercial businesses of similar size and scope, please include agency and/or business name contract number (if applicable), amount and type of contract (e.g. FFP, T&M, Labor hour etc). Any company proprietary information must be marked as such, the RFI information should not exceed a total of 15 one-sided 8 1/2x11 pages, with one inch margins, and font no smaller than 12 point.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d7614fdaa300b2a496faa674f97d9563)
- Record
- SN04417765-W 20170302/170228235312-d7614fdaa300b2a496faa674f97d9563 (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 |