Federal Bid

Last Updated on 07 Aug 2013 at 8 AM
Solicitation
Denver Colorado

Cisco Call Center Management

Solicitation ID R12PS80401
Posted Date 07 Aug 2012 at 9 PM
Archive Date 07 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Denver Fed Center
Agency Department Of Interior The
Location Denver Colorado United states 80225
COMBINED SYNOPSIS/SOLICITATION Cisco Call Center Management System This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.603, 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. (ii) This solicitation, R12PS80401 is issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (iv) This solicitation is full and open competition. NAICS Code is 811213 Communication Equipment Repair and Maintenance. The small business standard is $10 Million in annual sales. (v) This combined synopsis/solicitation is for the following commercial services: To have a fully integrated, Voice over Internet Protocol (VoIP), Cisco Call Center Management System utilizing previously purchased Cisco equipment and software. The work is to be performed at The Bureau of Reclamation, Denver Federal Center, 6th and Kipling Streets, Denver, CO 80225. (vi) Description of requirements for the services to be acquired: The goal of the project is to have a fully integrated, Voice over Internet Protocol (VoIP), Cisco Call Center Management System utilizing previously purchased Cisco equipment and software. Approximately two years ago, the Denver/Washington Information Technology Services Division purchased Cisco equipment to install a call center solution; however, that solution was never implemented-see attached Excel spreadsheet for equipment details. The contractor shall provide a solution/approach to the existing equipment to be fully configured and implemented. Training and technical support will also be evaluated. (vii) This work should start from the date of the contract award through September 30, 2012. The work to be performed is located in section (v). (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price purchase order to the best value offeror conforming to the terms and requirements of the solicitation. 1) Technical Capability - The offeror's proposal will be evaluated to the extent the technical capability demonstrates experience and proficiency in Specific contract requirements are listed below: A.) The contractor's approach/solution to have all existing equipment fully functional for the Call Management System. B.) Training for Reclamation employees by the contractor on the equipment and software. C.) Technical Support-Implementation (Day 1) and (Day 2) support up to 2 weeks after the implementation date. 2) Past Performance - Past performance evaluation will focus on the quality of previous work produced by the offeror. This factor is less important when compared to technical capability. 3) Price- Technical capability and past performances, when combined, are significantly more important when compared to price. The relative order of all evaluation factors is (1) Technical Capability, (2) Past Performance, (3) Price. When combined technical capability, past performance, and schedule is significantly more important than price. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. (xi) The provision at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The provision at FAR 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are, b (12), b (23), b (26), b (27), b (28), b (29), b (31), b (38) b (39), b (42), b (47). (xiii) The provision at Department of Interior 1452.215-71- Use and Disclosure of Proposal Information applies to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Proposals are required to be received no later than Close of Business, 5:00 PM Mountain Standard Time, Tuesday August 14, 2010, and must include the following: Company name, address phone numbers, DUNS number, Tax ID number, proposals shall be delivered via email to [email protected]. (xvi) Please direct any questions regarding this solicitation to Al Phillips at 303-445-2449 or email [email protected]. Item Number Item Description Qty C2921-VSEC/K9 Cisco 2921 Voice Sec. Bundle, PVDM3-32, UC and SEC License P 2 CAB-CONSOLE-USB Concole Cable 6 ft with USB Type A and mini-B 2 CAB-AC AC Power Cord (North America), C13, NEMA 5-15p, 2.1m 2 PWR-2921-51-AC Cisco 2921/2951 AC Power Supply 2 S29UK9-15001M Cisco 2901-2921 IOS UNIVERSAL 2 MEM-CF-256MB 256 MB Compact Flash for Cisco 1900, 2900, 3900 ISR 2 MEM-2900-512MB-DEF 512MB DRAM for Cisco 2901-2921 ISR (Default) 2 SL-29-IPB-K9 IP Base License for Cisco 2901-2951 2 SL-29-SEC-K9 Security License for Cisco 2901-2951 2 SL-29-UC-K9 Unified Communication License for Cisco 2901-2951 2 ISR-CCP-EXP Cisco Config Pro Express on Router Flash 2 VWIC2-2MFT-T1/E1 2-Port 2nd Gen Multiflex Trunk Voice/WAN Int. Card - T1/E1 2 PVDM3-32U64 PVDM3 32-channel to 64-channel factory upgrade 2 CON-SNT-2921VSEC SMARTNET 8X5XNBD Cisco 2921 Voice Sec. 2 CCX-70-ADDON-PRE CCX 7.0 PRE Configurable - ADD to an EXISTING deployment 1 CCXIVR-W03-COA-KIT CCX and IP IVR COA Kit: Win2003 and COA 2 CCXIVR-70DB1PS1 CCX or IVR 7.0 MS SQL 2K Server 1 Processor Software 2 CCX-70-ADDON-KIT CCX 7.0 Add On Kit 1 CCX-70-NEW-P-HAS CCX 7.0 PRE HA Active and Standby Server SW 1 CCX-70-7825I-HAS CCX 7.0 HA Server Software for 7825I or exact IBM equivalent 1 CCX-70-P-SEAT1 CCX 7.0 PRE Seat Qty 1 (agent or supervisor) 30 CON-ESW-70ADDON ESSENTIAL SW CCX 7.0 PRE Configurable 1 CON-ESW-70PSE1 ESSENTIAL SW CCX 7.0 PRE Seat 1 30 CCX-70-BDL-OS-UPG CCX 7.0 OS, Server, UPG ENH-PRE for UCM 5/UCME 2 Seat Bundle 1 CCX-W03-BUNDLE-OS Operating System required for deployment on dedicated server 1 CCX-70-7825I CCX 7.0 Server Software for 7825I or exact IBM equivalent 1 CCXIVR-W03-COA-KIT CCX and IP IVR COA Kit: Win2003 and COA 1 CCX-70EP-BUN-UPG= CCX 7.0 UPG 5 Seat Bundle from ENH_PRE 1 CON-ESW-70EBU ESSENTIAL SW CCX 7.0 UPG 5 Seat Bundle from ENH-PRE 1 MCS-7825-I4-CCX1 HW Only MCS 7825-I4 Server 2 CAB-AC AC Power Cord (North America), C13, NEMA 5-15p, 2.1m 2 CON-SNT-25I4CCX1 SMARTNET 8X5XNBD HW Only MCS 7825-I4 Server 2 CCX-70-UPG CCX 7.0 Upgrade FROM 3.x, 4.x, 5.x, 6.x, or 7.0 TO 7.0 1 CCX-70-ENH-PRE-U CCX 7.0 UPG 3.x, 4.x, 5.x, 6.x, 7.0 ENH to 7.0 PRE 1 CCX-70-EPU-S1 CCX 7.0 UPG 3.x, 4.x, 5.x, 6.x ENH-PRE Seat Qty1 5 CON-ESW-70UPG ESSENTIAL SW CCX 7.0 Upgrade FROM 1 CON-ESW-70EPS1 ESSENTIAL SW UPG 3.x, 4.x, 5.x, 6.x ENH-PRE Seat Qty1 5 CP-7945G= Cisco UC Phone 7945, Gig Ethernet, Color, spare 31 CON-SNT-CP7945 SMARTNET 8X5XNBD Cisco Unified IP Phone 7945 31 CP-7965G= Cisco UC Phone 7965, Gig Ethernet, Color, spare 4 CON-SNT-CP7965 SMARTNET 8X5XNBD Cisco Unified IP Phone 7965 4 CUCM-USR-LIC Top Level Sku For User License 1 UCM-7825-71-KIT CUCM 7.1 Media Kit for CUWL Only 1 CUCM-PAK Include PAK Auto-expanding PAK for CUCM 1 CUCM-USR Include PAK Auto-expanding User for CUCM 300 LIC-CUCM-USR-A Unified Communications Manager Enhanced Single User-Under 1K 50 UCM-7825-71 CUCM 7.1 7825 2 LIC-CUCM-USR License - 1 Enhanced User 50 CON-ESW-CUCMUSR ESSENTIAL SW Top Level Sku For User License 1 CON-ESW-EUSRA1 ESSENTIAL SW Unified Comm Mgr Enh Sngle User Under 1K 50 L-IPCOMM7-SW Cisco IP Communicator 7.x 1 L-IPCOMM7-LIC Cisco IP Communicator - Communications Client 10 CON-ESW-IPCOMM7S ESSENTIAL SW IP Communicator 7.x Top Level 1 CON-ESW-IPCOM7L ESSENTIAL SW Cisco IP Communicator 7.x - Communicatio 10 MCS7825I4-K9-CMC2 Unified CM 7.1 7825-I4 Appliance, 0 Seats 2 CUCMS-EVAL-K9 CUCMS Monitoring Bundle Evaluation 2 CCX-70-CM-BUNDLE CCX 7.0 UCM 5 Seat ENH Bundle - ONLY with New UCM 2 CAB-AC AC Power Cord (North America), C13, NEMA 5-15p, 2.1m 2 CON-SNT-25I4C2 SMARTNET 8X5XNBD Unified CM 7.1 7825-I4 Appliance, 0 Seat 2 CON-ESW-70CMBU ESSENTIAL SW 7.0 UCM 5 Seat ENH Bundle 2 MCS7825I4-K9-UCB1 Cisco Unity Connection 7.1 MCS 7825 IBM Appliance 2 UNITY-PWR-US Power Cord - US, Can, Mex, PR, Phil, Ven, Tai, Col, Ecu 2 CON-SNT-25I4KUB1 SMARTNET 8X5XNBD Cisco Unity Connection 7.0 MCS 7825 IBM 2 UCSS-CCX UCSS for Cisco Unified Contact Center Express 1 UCSS-CCX-P-1-1 UCSS for CCX PRE for One Year - 1 users 35 UCSS-MSG UCSS for Messaging Products - Unity/Unity Cxn 1 UCSS-MSG-1-1 UCSS for Messaging - 1 Year - 1 User 50 UCSS-UCM Top level SKU, Unified CallManager Software Subscription 1 UCSS-UCM-1-1 UCSS for UCM User for One Year - 1 user 50 UNITYCN7-K9 Unity Connection 7.x Software 1 UNITYCN7-50USR Unity Connection, 24 ports, 50 users - All user Features 1 CON-ESW-UNITYCN7 ESSENTIAL SW Unity Connection 7.x SW Top Lvl 1 CON-ESW-UNI750U ESSENTIAL SW Unity 24 ports, 50 users 1 UNITYCN7-LIC-UPG Unity Connection, SW Feature License Add-ons 1 UNITYCN7-HA-24 Unity Connection High Availability Platform Overlay 1 1 UNITYCN7-PAK Product Activation Key for Unity Connection 7.0 1 CON-ESW-UNICN7LU ESSENTIAL SW Unity Conn SW Feature Lic Add-ons TopLvl 1
Bid Protests Not Available

Similar Past Bids

Eagle Alaska 26 Jul 2012 at 7 PM
Oregon 20 Aug 2012 at 4 PM
Portland Oregon 19 Mar 2013 at 9 PM
Fairbanks Alaska 25 Aug 2010 at 10 PM

Similar Opportunities

Location Unknown 31 May 2026 at 4 AM (estimated)
Pennsylvania 15 Jul 2025 at 8 PM
Pennsylvania 15 Jul 2025 at 8 PM
Pennsylvania 15 Jul 2025 at 8 PM