Only businesses who are Certified by Avaya/Nextel to perform installation and maintenance on Nextel SC2100/SL100 systems are to submit capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the SOW. Capability packages must not exceed 30 pages and must be submitted electronically.
Business concerns are to outline their experiences in the following:
1. Provide documentation verifying certification by Avaya/Nextel to perform installation and maintenance on Nextel CS2100/SL100 systems.
2. Provide evidence of the contractor's ability to perform the requirements as listed in the Statement of Work.
a. Describe your experience providing maintenance services on Nextel SL100 systems.
b. Provide a list of the current contract vehicles your services may be procured from, to include General Service Administration (GSA), Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.
3. Indicate the availability of certified staff available to perform installation and maintenance services of the DSN system on the SL100.
4. Provide documentation that the proposed staff hold secret or above security clearances.
5. Demonstrate your ability to perform installation and maintenance services in the South Kansas City, MO area within the timeframes stated in the Statement of Work.
6. Indicate the availability of the company to begin performance. For instance, can you begin performance on May 31, 2012, June 30, 2012, July 15, 2012, etc.
The contractor shall furnish all personnel, personal equipment, required tools, transportation, management supervision, and other services necessary to perform all telephone MOVES, ADDS, AND CHANGE (MAC) tasks and / or functions.
To assist us in maintaining a list of interested business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code for this procurement. A Firm Fixed Price (FFP) type of contract is anticipated. The anticipated period of performance will be one (1) base year and two (2) six-month option periods.
Contractors are responsible for all costs for submitting their capability packages. POC is Shellie Heislen, at [email protected]. All Capability packages must be submitted to the POC by 3:00 PM CDT on May 8, 2012.