Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600

Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160

70 -- VOICE OVER IP TELEPHONY SYSTEM SOL N00024-00-R-4105 DUE 052400 POC SEA 02411G, Pamela Grant, 703-602-0204 ext. 440; SEA 0241, Thomas Bikowski, Contracting Officer, 703-602-0204 ext. 422 E-MAIL: Contract Specialist, grantpr@navsea.navy.mil. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with FAR 13.5, as supplemented with additional information referenced in this notice. This announcement and referenced documents constitute the only solicitation; proposals and demonstrations are being requested and a written solicitation will not be issued. The Requirements Specification and the Evaluation Criteria documents constitute the remainder of the solicitation documents and will be posted on the NAVSEA Contracts Directorate home page (http://www.contracts.hq.navy.mil/home.html) on or about 12 May 2000. Written proposals and demonstration requirements are outlined in the Evaluation Criteria. Any resulting contract from this solicitation will be a Firm Fixed Price Contract. The SOLICITATION NUMBER is N00024-00-R-4105, and is issued as a request for proposals (RFP). Award is to be made under Simplified Acquisition Procedures, FAR PART 12, on an all or none basis. All quotes shall include the vendors TAX IDENTIFICATION NUMBER; CAGE CODE AND DUNS NUMBER and shall be REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE. The Naval Sea Systems Command (NAVSEA) will be procuring a Voice over IP (VoIP) telephony system to provide voice services to the NAVSEA Headquarter's new facilities at the Washington Navy Yard (WNY). The VoIP system shall operate on a government provided Cisco IP network infrastructure and must function in accordance with the NAVSEA VoIP Requirements specification referenced above. The estimated scope of the VoIP system will encompass at least 4000 IP phones in four buildings on a single campus, an IP PBX cluster, unified messaging, integration with existing Exchange directory, integration with installed security tools including Cisco's URT and integration with legacy PBX. Delivery of the servers with associated software that will comprise the virtual PBX cluster along with the unified messaging components and the first 200 phones shall be delivered to the WNY site not later than twenty days after award. Installation configuration and testing will commence upon delivery to ensure full operational capability by 1 August 2000. The remainder of the phones will be delivered in increments from July through December 2000. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17, DFARS Change Notice 20000413. FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2000) is hereby incorporated. In lieu of FAR 52.212-2 please see the VoIP Evaluation Plan on the NAVSEA Contracts web-site. Offerors are to include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2000) Alt 1 with your offer. Offerors are to include a completed copy of the provision DFAR 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995) with your offer. The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (May 1999) applies to this acquisition. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (XXX 2000) (Deviation) applies to this acquisition. The following DFARS clauses are incorporated herein: DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; and DFARS 252.204-7004 Required Central Contractor Registration. In accordance with DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the contractor agrees to comply with any clause that is checked on the following list of DFARS clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. __x___ 252.205-7000 Provision of Information to Cooperative Agreement Holders (10 U.S.C. 2416). __x___ 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (15 U.S.C. 637). __x___ 252.225-7001 Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582). __x___ 252.225-7012 Preference for Certain Domestic Commodities. __x___ 252.227-7015 Technical Data -- Commercial Items (10 U.S.C. 2320). ___x__ 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321). ___x__ 252.243-7002 Requests for Equitable Adjustment (10 U.S.C. 2410) ___x__ 252.247-7023 Transportation of Supplies by Sea (10 U.S.C. 2631). (b) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items clause of this contract (Federal Acquisition Regulation 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). 252.247-7023 Transportation of Supplies by Sea (10 U.S.C. 2631). 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). All interested companies should contact Pamela Grant, SEA 02411G, Naval Sea Systems Command, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160, (703) 602-0204 ext. 440 (phone) or (703) 602-6235 (fax) by 18 May 00 to be placed on the bidder's list and to be assigned a demonstration time during the week of 30 May 2000. Questions relating to the solicitation, both technical and contractual, shall be submitted in writing to the PCO. The Navy will continue to accept questions up to the proposal due date however, time may not permit responses to all questions received. It is the Government's intention that questions and responses will be distributed to all Offerors. Offerors shall submit one (1) original and five (5) copies of their responses to Pamela Grant at the address provided below by 24 May 2000 by 2:00 P.M. EST. Bymail to: COMMANDER, NAVSEA Code 0291, Room 5E40, Naval Sea Systems Command, 2531 Jefferson Davis Hwy, Arlington VA 22242-5160 or hand delivered to: NAVAL SEA SYSTEMS COMMAND, Attn: Code 0291, National Center Bldg. #3, Room 5E40, 2531 Jefferson Davis Hwy, Arlington VA 22242-5160. The solicitation number shall be prominently marked on the outside of the package. Posted 05/11/00 (W-SN454056). (0132)

Loren Data Corp. http://www.ld.com (SYN# 0320 20000515\70-0002.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page