Inactive
Notice ID:F1S3AC1209AW01
The AFMC at Edwards Air Force Base (EAFB) seeks potential sources to provide AVAYA AURA (Equinox) Conference Bridge equipment and services to support 50 advance licenses. The purpose of this Sources S...
The AFMC at Edwards Air Force Base (EAFB) seeks potential sources to provide AVAYA AURA (Equinox) Conference Bridge equipment and services to support 50 advance licenses. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 33411 which has a corresponding Size standard of 1,250 Employees. The Government will use this information to determine the best acquisition strategy for this procurement. The requested equipment and services are as followed: 1. Avaya meetings server R9 management JTC for power suite LIC: DS P/N 398563 2. SA prefer SUPT AURA Media Server R8 System 1YR P/N 344575 3. AURA R8 Power Suite Uplift from R8 Core Suite SW LIC: NU; CU; SR P/N 397085 4. SA Prefer SUPT AURA R8 Power Suite (A3) 1YR PREPD P/N 344312 5. Upgrade Advantage MTG SRV R9 MGMT JITC Power Suite 1YR P/N 344853 6. AURA Suite R8 AVAYA Meetings Server R9 User /E LIC: CU P/N 397122 7. AVAYA AURA Media Server R8 System LIC: DS P/N 398011 8. SA Prefer SUPT MTG SRV R9 MGMT JITC Power Suite 1YR P/N 346229 9. SA Prefer SUPT MTG SRV R9 MGMT JITC Power Suite 1YR P/N 344847 10. SA Parts NBD SUPT APPL Large SRV R2-D 1YR P/N 255857 11. ASP 130 DELL R640 Server Profile 5 WITH VMS Bundle P/N 700514100 12. Power Cord USA P/N 405362641 13. AURA R8 AVAYA Messaging Advanced Seat /E LIC:NU P/N 398772 14. AVAYA AURA Media Server R8 Virtual Appliance Ova Enablement P/N 398014 15. ASP Release 4 VM Standard Software P/N 384940 16. Installation Services IAW with the Statement of Work Reponses to this Sources Sought request should reference F1S3AC1209AW01 and shall include the following information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. Contractor and Government Entity (CAGE) Code. 3. GSA contract number, if applicable. 4. Size of business – Large Business, Small Business, Small Disadvantage, 8(a), Hub-zone, Woman-owned and/or Service Disabled Veteran-owned. 5. A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs. 6. Capability statement displaying the contractor’s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 7. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. 8. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. NOTE: Any information provided by industry to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 12:00 PM Pacific Standard Time, on August 11, 2021. Responses will be accepted via electronic means only. Email submissions to: susana.dryer@us.af.mil and