Federal Bid

Last Updated on 08 Dec 2007 at 5 AM
Combined Synopsis/Solicitation
New york New york

70 -- PROVIDE MAINTENANCE ON OCTEL 300 AND OCTEL 200 VOICE MAIL SYSTEMS

Solicitation ID 02QTC478001
Posted Date 09 Nov 2007 at 5 AM
Archive Date 08 Dec 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Gsa/Fas Center For It Schedule Prog
Agency General Services Administration
Location New york New york United states 10278
PROVIDE MAINTENANCE ON OCTEL 200 & 300 VOICE MAIL SYSTEMS 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 Request for Proposal (RFP) No. is 02QTC478001. The NAICS is 561421. The RFP is being solicited as a firm fixed price contract under full and open competition. The solicitation documented and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20, dated September 6, 2007. The period of performance is as follows: Base Period from February 1, 2008 to January 31, 2009 and Four (4) - Additional One Year Option Periods for a Total period of performance of five (5) years thru January 31, 2013. Evaluation of options will not obligate the Government to exercise the options. The scope of work is as follows: The contractor shall provide maintenance coverage 8 AM to 5 PM, Mon to Fri for Octel 200 & 300 voice mail systems. The contractor must be an Octel (Avaya) authorized distributor with access to the Technical Assistance Center (TAQ) of Octel Maintenance provider and must be within 75 miles of New York City, NY sites (26 Federal Plaza & 201 Varick Street). Onsite response time for major problems after notification shall be no longer than 4 hours. Major problems consist of, but are not limited to: unscheduled total system outage and failure to reboot system manager terminal (SMT) not accessible 25% or more of the ports are not active one or more drives fail loss of system integration continuous system restarts system unable to collect call detail records message waiting not functioning properly and networking not functioning properly Offerors shall provide remedial maintenance to include diagnose and repair of hardware and software problems. Provide software updates which will improve system performance and addresses safety issues. In the event of a system outage or disaster, the contractor shall have available a turn-key system to provide system swap (or parts thereof) within 12 hours or less. GSA?s existing system configuration includes: For the Octel 200 Serenade software SYSTEM SOFTWARE RELEASE S.4.0.0-2 (04/30/99), S/N:200850, 24 ports, two 2-GB COD drives, 35 message hours, RS232-SMDI integration with a Lucent 5ESS, voice mailbox with a capacity of 5000 Currently 1533 out of 5000 USER MAILBOXES are used. For Octel 300 Serenade software SYSTEM SOFTWARE RELEASE S.4.0.0-2 (04/30/99) S/N:300886, 60 ports, two 2-GB COD drives, 111 message hours used, 253 message hours installed, RS232-SMDI integration with a Lucent 5ESS, voice mailbox with a capacity of 5000 Currently 3315 out of 5000 USER MAILBOXES are used. Offerors shall provide the following pricing information in their proposal for each of the five years of the total proposed contract. Offerors shall annotate each year of their proposed pricing schedule. Base Rate @ $XX.y0/hour Port rate @ $XX.yo/port Storage rate @ $XX.y0/hour Award will be made to the lowest priced technically acceptable offer. Offerors shall be registered in the Central Contractor Registry (CCR) www.ccr.gov. by the proposal due date. The following FAR provisions shall apply to this solicitation: 52.212-1, Evaluation-Instructions to Offerors Commercial Items; 52.212-2, Evaluation-Commercial Items 52.212-3, Offeror Representations and Certifications -- Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items. In addition, the following additional FAR clauses are applicable to this acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, as amended; 52.232-18, Availability of Funds. All inquiries shall be in writing and addressed to the Contracting Officer at [email protected]. Telephone number (212) 264-7036. All telephone requests shall be confirmed in writing. Offerors shall submit an original and one (1) copy of their proposal by 5:00 PM, EST November 23, 2007 to the following address: General Services Administration, Federal Acquisition Service, Room 1809, 26 Federal Plaza, New York, NY 10278, Attn: Steven Barry, RFP # 02QTC478001. Telephone and fax proposals will not considered.
Bid Protests Not Available

Similar Past Bids

Durham North carolina 20 Aug 2008 at 6 PM
Location Unknown 15 Aug 2003 at 5 AM
Puget sound Washington 23 Dec 2019 at 6 PM

Similar Opportunities

Tucson Arizona 10 Jul 2025 at 3 AM
Washington District of columbia 18 Oct 2027 at 8 PM
Washington District of columbia 18 Oct 2027 at 8 PM
Aberdeen proving ground Maryland 01 May 9999 at 5 AM (estimated)
Aberdeen proving ground Maryland 01 May 9999 at 5 AM (estimated)