Voice over IP License and Warranty
ID: 12305B24Q0226Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PA AAO ACQ/PER PROPFORT COLLINS, CO, 80526, USA

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified small businesses to provide Voice over IP (VoIP) licenses and warranties for the Beltsville Agricultural Research Center (BARC) in Maryland. The procurement involves a firm-fixed-price contract that includes a premium software subscription for a minimum of 1,500 lines, with coverage extending from September 30, 2024, to September 29, 2025, and options for four additional years. This VoIP system is critical for integrating modern communication technologies and ensuring reliable connectivity across the campus, facilitating the transition from traditional phone lines. Interested vendors must submit their electronic offers by 8:00 AM (EST) on September 17, 2024, to the Contract Specialist, Connie Faulkner, at connie.faulkner@usda.gov, and comply with all specified technical requirements and past performance evaluations.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Northeast Area (NEA) BARC Campus seeks to renew its licenses and warranties for the UCX 1000 Voice over IP communications system. This system integrates VoIP and traditional Nortel PBX systems, facilitating the transition from analog phone lines. The renewal includes a premium software subscription for a minimum of 1,500 lines, with licensing coverage extending from September 30, 2024, to September 29, 2025, and options for four additional years. The document also specifies hardware warranty requirements for various Galaxy system components and logging for remote and onsite maintenance support. Critical components of the renewal project encompass technical assistance, software delivery, ongoing monitoring services, and preventive maintenance visits. The site visits are mandated annually, with additional sessions for repairs as necessary. Key contacts for the project include a Contracting Officer and an Engineer Project Manager, along with safety representatives appointed after contract award. Overall, the renewal is aimed at ensuring continuous support and system upgrades for reliable communication across the Beltsville, MD campus.
    The document outlines the wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor. It specifies wage and benefit requirements that federal contractors must follow when hiring certain employees for contracts starting or renewed after specified dates. For contracts initiated on or after January 30, 2022, workers must earn at least $17.20 per hour, complying with Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to the previous wage of $12.90 per hour, per Executive Order 13658. The document lists numerous occupations, their classifications, and the corresponding minimum hourly wage rates required for each position, along with mandated fringe benefits, such as health and welfare allowances. Additionally, it highlights provisions for paid sick leave under Executive Order 13706. The document emphasizes compliance requirements and the conformance process for unlisted job classifications, ensuring proper wage rates for all service employees under government contracts. This wage determination is critical for ensuring that workers on federal contracts receive fair compensation, aligning with governmental labor standards and protections.
    The document outlines Solicitation Number 12305B24Q0226 from the Agricultural Research Service (ARS) regarding the procurement of Voice over IP License and Warranty for the Beltsville Agricultural Research Center (BARC). The procurement is set aside for 100% small business participation under NAICS code 334210. This firm-fixed-price contract will span from September 30, 2024, to September 29, 2029, with one base year and four optional years. Evaluation of offers will follow the Lowest Priced Technically Acceptable (LPTA) method, focusing on compliance with technical specifications and past performance. Offerors must provide complete documentation, including authorization from manufacturers, a firm fixed price, and a Buy American Certificate. Submissions are due electronically by September 17, 2024, to the Contract Specialist, with further details and amendments available at beta.sam.gov. The Government retains the right to cancel the solicitation at any time. This solicitation demonstrates the federal government's effort to utilize small businesses for technology procurement while maintaining strict compliance and evaluation standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Stereo Sequencing
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is soliciting proposals for Stereo Sequencing services under solicitation number 12505B24Q0350. The procurement aims to secure professional services from medical laboratories, with a focus on delivering sequencing services within a 12-month timeframe. This initiative is critical for advancing agricultural research and ensuring compliance with federal regulations, including the submission of invoices through the Invoice Processing Platform (IPP). Interested contractors must submit their quotes electronically to Debora Wells at debora.wells@usda.gov by September 20, 2024, with a total award amount indicated as $41.5 million, emphasizing the importance of technical specifications and pricing in the evaluation process.
    KEY WEST INFRASTUCTURE VOIP TRANSITION SOLUTION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station, is seeking proposals for a Voice Over Internet Protocol (VoIP) transition solution at Naval Air Station Key West, Florida. The project aims to replace existing Time Division Multiplexing (TDM) services for approximately 2,200 users across 149 buildings, requiring vendors to provide a comprehensive plan that includes installation, equipment, implementation costs, and a timeline for transition expected in FY25. This initiative is critical for enhancing military communication infrastructure, ensuring reliable telecommunication services for defense and emergency operations. Interested vendors must submit their proposals by September 23, 2024, with a performance period from September 27, 2024, to January 26, 2025; for further inquiries, contact Robert Joas at robert.p.joas.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.
    (4) 96-Channel Pipettes
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking to procure four 96-channel pipettes for molecular biology applications to enhance high-throughput laboratory procedures. The procurement requires two pipettes with a range of 2uL to 20uL and two with a range of 5uL to 300uL, each meeting stringent accuracy standards and designed for use with disposable tips. This equipment is crucial for research activities such as nucleic acid extraction and sequencing, and delivery is expected within 30 to 60 days after contract award to the National Cold Water Marine Aquaculture Center in Kingston, RI. Interested small businesses must submit their quotes, including compliance documentation, by email to Tiffany Pimble at tiffany.pimble@usda.gov, adhering to the specified deadlines and requirements outlined in the solicitation.
    Notice of Intent to Sole Source - USDA-ITSD-NIFA; CuadraSTAR Software Maintenance Support and License Renewal
    Active
    Agriculture, Department Of
    Sources Sought Notification for CuadraSTAR Software Maintenance Support and License Renewal. The United States Department of Agriculture (USDA) is seeking information for the procurement of CuadraSTAR Software Maintenance Support and License Renewal. This software is used to support the National Institute of Food and Agriculture (NIFA). Interested vendors are invited to submit a response by 12:00pm ET on 22 December 2023. The response should include organization details, capability statement, and certification of Authorized Reseller status. No proprietary or sensitive information should be included in the response. The USDA reserves the right to use any nonproprietary technical information in any future solicitation(s).
    Service Agreement for Li-Cor LI-6800F
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking a qualified contractor to provide a service agreement for the Li-Cor LI-6800F Portable Photosynthesis System, which includes preventative maintenance and emergency repairs. The contractor must be a certified Li-Cor technician capable of performing maintenance in accordance with the manufacturer's guidelines, utilizing OEM parts, and ensuring operational reliability of this critical research equipment. The contract is expected to span from September 27, 2024, to September 26, 2029, with a base period and four optional extensions, and proposals are due by September 23, 2024, at 9 AM EST. Interested parties should contact Dilynn Rogers at dilynn.rogers@usda.gov for further information.
    VOIP Training
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a VOIP training contract focused on Cisco Unified Call Manager (CUCM) at Eielson Air Force Base in Alaska. The training aims to equip ten government technicians with the necessary skills to administer and maintain the CUCM VoIP enclave, ensuring they are prepared for Cisco certification testing. This initiative is crucial for enhancing operational readiness and minimizing downtime in voice communications systems. The contract, valued at $16,000,000, is set to commence from October 1, 2024, to October 14, 2024, with quotes due by 10:00 AM AKST on September 24, 2024. Interested parties can direct inquiries to James Cameron at james.cameron.15@us.af.mil or Nicholas Johnson at nicholas.johnson.83@us.af.mil.
    Infoblox Software Licensing
    Active
    International Trade Commission, United States (duns # 02-1877998)
    The United States International Trade Commission (USITC) is seeking quotations for Infoblox software licensing to manage DNS and DHCP services through a centralized virtual host. The procurement aims to enhance operational efficiency and security while ensuring compliance with federal mandates, specifically targeting certified Infoblox resellers as part of a 100% Small Business Set-aside initiative. This software is crucial for modernizing the IT infrastructure of the USITC, with a delivery period set from October 18, 2024, to October 17, 2025. Interested offerors must submit their quotations by September 25, 2024, and can direct inquiries to Meaghann Peak at meaghann.peak@usitc.gov.
    Telecom SIP for Local & Long-Distance Calls
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for a contract to provide Session Initiation Protocol (SIP) services for local and long-distance calling capabilities at Tyndall Air Force Base (AFB), Florida. The objective is to transition from outdated Low-Speed Time-Division Multiplexing (LSTDM) systems to advanced SIP technology, enhancing communication capabilities for the 325th Communications Squadron and tenant units, with full service expected to be operational by March 1, 2025. This procurement is critical for ensuring reliable telecommunications infrastructure and compliance with federal standards, with a contract type anticipated to be Firm Fixed Price (FFP) and a service period extending from March 1, 2025, to February 28, 2030, including options for renewal. Interested vendors must submit their qualifications and relevant contract information to SSgt Rebecca Cudjoe or Ms. Deborah Williams by 14:00 CST on September 19, 2024.
    Two Petri Film Plate Readers - RFQ
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is soliciting quotes for the procurement of two Petri Film Plate Readers under solicitation number 12505B24Q0362. The required equipment must meet specific technical specifications, including the capability to count colonies from at least 11 different plates within six seconds and compatibility with various plate types, along with management software for data reporting. This procurement is crucial for enhancing the efficiency of microbiological result interpretation within the USDA's research initiatives. Interested vendors must submit their electronic quotes by 11:59 PM CT on September 18, 2024, to Aaron Dimeo at aaron.dimeo@usda.gov, ensuring compliance with all technical requirements and the Buy American Act, as well as maintaining current registration in the System for Award Management (SAM).
    Development of Database Tools for US National Fungus Collections
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking contractor support for the development of database tools for the U.S. National Fungus Collections Fungal Databases internal website. The primary objectives include ensuring compliance with USDA security standards, maintaining software updates, and enhancing the functionality of mySQL databases, with a focus on merging duplicate records and correcting errors. This initiative is crucial for improving data management and accessibility within agricultural research, supporting the USDA's broader mission. Proposals are due by September 24, 2024, with the anticipated contract award date set for September 30, 2024. Interested parties should contact Dilynn Rogers at dilynn.rogers@usda.gov for further information.