|
|
|
AUTHORIZED FEDERAL
SUPPLY SERVICE
INFORMATION TECHNOLOGY SCHEDULE PRICELIST
GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY
EQUIPMENT, SOFTWARE AND SERVICES
Special Item No. 132-8 Purchase of Equipment
Special Item No. 132-12 Maintenance, Repair Service and Repair Parts/Spare
Parts
Vodavi has been awarded under the cooperative purchasing program. All SINs are available to state and local.
FSC Class 7042 ‑ MINI AND MICRO COMPUTER CONTROL DEVICES
Telephone Answering and Voice Messaging Systems
FSC Class 5805 - TELEPHONE AND TELEGRAPH EQUIPMENT
Telephone
Equipment
VODAVI COMMUNICATIONS SYSTEMS, INC.
4717 East Hilton Avenue, Suite #400
Phoenix, Arizona 85034-6402
Phone: (480) 443-6000
Fax: (480) 998-2469
Contract Number:
GS-35F-0369K
Period Covered by Contract:
April 28, 2000 through April 27, 2005
General Services
Administration
Federal Supply Service
Pricelist current through Modification #PO-0048, dated October 19, 2004.
Products and ordering information in this Authorized FSS Information Technology Schedule Pricelist are also available on the GSA Advantage! System. Agencies can browse GSA Advantage! by accessing the Federal Supply Service s Home Page via the Internet at http://www.fss.gsa.gov/
TABLE OF CONTENTS
INFORMATION FOR ORDERING OFFICES APPLICABLE TO ALL SPECIAL ITEM NUMBERS
1. GEOGRAPHIC SCOPE OF CONTRACT
2. CONTRACTOR'S ORDERING ADDRESS AND PAYMENT INFORMATION
3. LIABILITY FOR INJURY OR DAMAGE
7. DISCOUNTS: Prices shown are NET Prices; Basic Discounts have been deducted.
8. TRADE AGREEMENTS ACT OF 1979, AS AMENDED
9. STATEMENT CONCERNING AVAILABILITY OF EXPORT PACKING
11. MAXIMUM ORDER (All dollar amounts are exclusive of any discount for prompt payment.)
13. FEDERAL INFORMATION TECHNOLOGY/TELECOMMUNICATION STANDARDS REQUIREMENTS
13.1 FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATIONS (FIPS PUBS)
13.2 FEDERAL TELECOMMUNICATION STANDARDS (FED-STDS)
14. CONTRACTOR TASKS / SPECIAL REQUIREMENTS (C-FSS-370) (NOV 2001)
15. CONTRACT ADMINISTRATION FOR ORDERING OFFICES
17. PURCHASE OF OPEN MARKET ITEMS
18. CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS
20. BLANKET PURCHASE AGREEMENTS (BPAs)
21. CONTRACTOR TEAM ARRANGEMENTS
22. INSTALLATION, DEINSTALLATION, REINSTALLATION
24. PRIME CONTRACTOR ORDERING FROM FEDERAL SUPPLY SCHEDULES
25. INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997)(FAR 52.228-5)
VODAVI COMMUNICATIONS SYSTEMS, INC. AUTHORIZED GSA SCHEDULE CONTRACT PRICING
COMMITMENT TO PROMOTE SMALL BUSINESS PARTICIPATION PROCUREMENT PROGRAMS
BLANKET PURCHASE AGREEMENT (BPA)
VODAVI COMMUNICATIONS SYSTEMS, INC. AUTHORIZED DEALERS
VODAVI COMMUNICATIONS SYSTEMS, INC. AUTHORIZED DISTRIBUTORS
SPECIAL NOTICE TO AGENCIES: Small Business Participation
SBA strongly supports the participation of small business concerns in the Federal Supply Schedules Program. To enhance Small Business Participation SBA policy allows agencies to include in their procurement base and goals, the dollar value of orders expected to be placed against the Federal Supply Schedules, and to report accomplishments against these goals.
For orders exceeding the micropurchase threshold, FAR 8.404 requires agencies to consider the catalogs/pricelists of at least three schedule contractors or consider reasonably available information by using the GSA Advantage! on-line shopping service (www.fss.gsa.gov ). The catalogs/pricelists, GSA Advantage! and the Federal Supply Service Home Page (www.fss.gsa.gov ) contain information on a broad array of products and services offered by small business concerns.
This information should be used as a tool to assist ordering activities in meeting or exceeding established small business goals. It should also be used as a tool to assist in including small, small disadvantaged, and women-owned small businesses among those considered when selecting pricelists for a best value determination.
For orders exceeding the micropurchase threshold, customers are to give preference to small business concerns when two or more items at the same delivered price will satisfy their requirement.
Domestic delivery is delivery within the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S. Territories. Domestic delivery also includes a port or consolidation point, within the aforementioned areas, for orders received from overseas activities.
Overseas delivery is delivery to points outside of the 48 contiguous states, Washington, DC, Alaska, Hawaii, Puerto Rico, and U.S. Territories.
Offerors are requested to check one of the following boxes:
[ ] The Geographic Scope of Contract will be domestic and overseas delivery.
[ ] The Geographic Scope of Contract will be overseas delivery only.
[ X ] The Geographic Scope of Contract will be domestic delivery only.
VODAVI COMMUNICATIONS SYSTEMS, INC.
4717 East Hilton Avenue, Suite #400
Phoenix, Arizona 85034-6402
Phone: (480) 443-6000
Fax: (480) 998-2469
Contractors are required to accept the Government purchase card for payments equal to or less than the micro‑purchase threshold for oral or written delivery orders. Government purchase cards will be acceptable for payment above the micro-purchase threshold. In addition, bank account information for wire transfer payments will be shown on the invoice.
The following telephone numbers can be
used by ordering agencies to obtain technical and/or ordering assistance: (480) 443-6000
and technical assistance: (888) 442-2305
Installation is outside the scope of this contract.
The Contractor shall not be liable for any injury to Government personnel or damage to Government property arising from the use of equipment maintained by the Contractor, unless such injury or damage is due to the fault or negligence of the Contractor.
4. STATISTICAL DATA FOR GOVERNMENT ORDERING OFFICE COMPLETION OF STANDARD FORM 279
Block 9: G.
Order/Modification Under Federal Schedule
Block 16: Data Universal Numbering System (DUNS) Number: 18-3491612
Block 30: Type of Contractor: Other Small Business
Block 31: Woman-Owned Small Business: No
Block 36: Contractor's Taxpayer Identification Number (TIN): 86-0744181
4a. CAGE Code: 1L7T8
4b. Contractor has registered with the Central Contractor
Registration Database.
a. TIME OF DELIVERY: The Contractor shall deliver to destination within the number of calendar days after receipt of order (ARO), as set forth below:
SPECIAL ITEM NUMBER DELIVERY TIME (Days ARO)
132-8 3-5 days
b. URGENT REQUIREMENTS: When the Federal Supply Schedule contract delivery period does not meet the bona fide urgent delivery requirements of an ordering agency, agencies are encouraged, if time permits, to contact the Contractor for the purpose of obtaining accelerated delivery. The Contractor shall reply to the inquiry within 3 workdays after receipt. (Telephonic replies shall be confirmed by the Contractor in writing.) If the Contractor offers an accelerated delivery time acceptable to the ordering agency, any order(s) placed pursuant to the agreed upon accelerated delivery time frame shall be delivered within this shorter delivery time and in accordance with all other terms and conditions of the contract.
a. Prompt Payment: _0_% - Net 30 days from receipt of invoice or date of acceptance, whichever is later.
b. Quantity: None
c. Dollar Volume: None
d. Government Educational Institutions: None
All items are U.S. made end products, designated country end products, Caribbean Basin country end products, Canadian end products, or Mexican end products as defined in the Trade Agreements Act of 1979, as amended.
Export packing is available at extra cost outside the scope of this contract.
The minimum dollar value of orders to be issued is $100.00
a. The Maximum Order value for the following Special Item Numbers (SINs) is $500,000:
Special Item Number 132-8 - Purchase
of Equipment
Special Item Number 132-12 Maintenance of Equipment
Orders placed pursuant to a Multiple Award Schedule (MAS), using the procedures in FAR 8.404, are considered to be issued pursuant to full and open competition. Therefore, when placing orders under Federal Supply Schedules, ordering offices need not seek further competition, synopsize the requirement, make a separate determination of fair and reasonable pricing, or consider small business set-asides in accordance with subpart 19.5. GSA has already determined the prices of items under schedule contracts to be fair and reasonable. By placing an order against a schedule using the procedures outlined below, the ordering office has concluded that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government s needs.
a. Orders placed at or below the micro-purchase threshold. Ordering offices can place orders at or below the micro-purchase threshold with any Federal Supply Schedule Contractor.
b. Orders exceeding the micro-purchase threshold but not exceeding the maximum order threshold. Orders should be placed with the Schedule Contractor that can provide the supply or service that represents the best value. Before placing an order, ordering offices should consider reasonably available information about the supply or service offered under MAS contracts by using the GSA Advantage! on-line shopping service, or by reviewing the catalogs/pricelists of at least three Schedule Contractors and selecting the delivery and other options available under the schedule that meets the agency s needs. In selecting the supply or service representing the best value, the ordering office may consider--
(1) Special features of the supply or service that are required in effective program performance and that are not provided by a comparable supply or service;
(2) Trade-in considerations;
(3) Probable life of the item selected as compared with that of a comparable item;
(4) Warranty considerations;
(5) Maintenance availability;
(6) Past performance; and
(7) Environmental and energy efficiency considerations.
c. Orders exceeding the maximum order threshold. Each schedule contract has an established maximum order threshold. This threshold represents the point where it is advantageous for the ordering office to seek a price reduction. In addition to following the procedures in paragraph b, above, and before placing an order that exceeds the maximum order threshold, ordering offices shall--
Review additional Schedule Contractors
(1) catalogs/pricelists or use the GSA Advantage! on-line shopping service;
(2) Based upon the initial evaluation, generally seek price reductions from the Schedule Contractor(s) appearing to provide the best value (considering price and other factors); and
(3) After price reductions have been sought, place the order with the Schedule Contractor that provides the best value and results in the lowest overall cost alternative. If further price reductions are not offered, an order may still be placed, if the ordering office determines that it is appropriate.
NOTE: For orders exceeding the maximum order threshold, the Contractor may:
(1) Offer a new lower price for this requirement (the Price Reductions clause is not
applicable to orders placed over the maximum order in FAR 52.216-19 Order
Limitations);
(2) Offer the lowest price available under the contract; or
(3) Decline the order (orders must be returned in accordance with FAR 52.216-19).
d. Blanket purchase agreements (BPAs). The establishment of Federal Supply Schedule BPAs is permitted when following the ordering procedures in FAR 8.404. All schedule contracts contain BPA provisions. Ordering offices may use BPAs to establish accounts with Contractors to fill recurring requirements. BPAs should address the frequency of ordering and invoicing, discounts, and delivery locations and times.
e. Price reductions. In addition to the circumstances outlined in paragraph c, above, there may be instances when ordering offices will find it advantageous to request a price reduction. For example, when the ordering office finds a schedule supply or service elsewhere at a lower price or when a BPA is being established to fill recurring requirements, requesting a price reduction could be advantageous. The potential volume of orders under these agreements, regardless of the size of the individual order, may offer the ordering office the opportunity to secure greater discounts. Schedule Contractors are not required to pass on to all schedule users a price reduction extended only to an individual agency for a specific order.
f. Small business. For orders exceeding the micro-purchase threshold, ordering offices should give preference to the items of small business concerns when two or more items at the same delivered price will satisfy the requirement.
g. Documentation. Orders should be documented, at a minimum, by identifying the Contractor the item was purchased from, the item purchased, and the amount paid. If an agency requirement in excess of the micro-purchase threshold is defined so as to require a particular brand name, product, or feature of a product peculiar to one manufacturer, thereby precluding consideration of a product manufactured by another company, the ordering office shall include an explanation in the file as to why the particular brand name, product, or feature is essential to satisfy the agency s needs.
Federal departments and agencies acquiring products from this Schedule must comply with the provisions of the Federal Standards Program, as appropriate (reference: NIST Federal Standards Index). Inquiries to determine whether or not specific products listed herein comply with Federal Information Processing Standards (FIPS) or Federal Telecommunication Standards (FED-STDS), which are cited by ordering offices, shall be responded to promptly by the Contractor.
Information Technology products under this Schedule that do not conform to Federal Information Processing Standards (FIPS) should not be acquired unless a waiver has been granted in accordance with the applicable "FIPS Publication." Federal Information Processing Standards Publications (FIPS PUBS) are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act. Information concerning their availability and applicability should be obtained from the National Technical Information Service (NTIS), 5285 Port Royal Road, Springfield, Virginia 22161. FIPS PUBS include voluntary standards when these are adopted for Federal use. Individual orders for FIPS PUBS should be referred to the NTIS Sales Office, and orders for subscription service should be referred to the NTIS Subscription Officer, both at the above address, or telephone number (703) 487-4650.
Telecommunication products under this Schedule that do not conform to Federal Telecommunication Standards (FED-STDS) should not be acquired unless a waiver has been granted in accordance with the applicable "FED-STD." Federal Telecommunication Standards are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act. Ordering information and information concerning the availability of FED-STDS should be obtained from the GSA, Federal Supply Service, Specification Section, 470 East L Enfant Plaza, Suite 8100, SW, Washington, DC 20407, telephone number (202)619-8925. Please include a self-addressed mailing label when requesting information by mail. Information concerning their applicability can be obtained by writing or calling the U.S. Department of Commerce, National Institute of Standards and Technology, Gaithersburg , MD 20899, telephone number (301)975-2833.
(a) Security Clearances: The Contractor may be required to obtain/possess varying levels of security clearances in the performance of orders issued under this contract. All costs associated with obtaining/possessing such security clearances should be factored into the price offered under the Multiple Award Schedule.
(b) Travel: The Contractor may be required to travel in performance of orders issued under this contract. Allowable travel and per diem charges are governed by Pub .L. 99-234 and FAR Part 31, and are reimbursable by the ordering agency or can be priced as a fixed price item on orders placed under the Multiple Award Schedule. The Industrial Funding Fee does NOT apply to travel and per diem charges.
(c) Certifications, Licenses and Accreditations: As a commercial practice, the Contractor may be required to obtain/possess any variety of certifications, licenses and accreditations for specific FSC/service code classifications offered. All costs associated with obtaining/ possessing such certifications, licenses and accreditations should be factored into the price offered under the Multiple Award Schedule program.
(d) Insurance: As a commercial practice, the Contractor may be required to obtain/possess insurance coverage for specific FSC/service code classifications offered. All costs associated with obtaining/possessing such insurance should be factored into the price offered under the Multiple Award Schedule program.
(e) Personnel: The Contractor may be required to provide key personnel, resumes or skill category descriptions in the performance of orders issued under this contract. Ordering activities may require agency approval of additions or replacements to key personnel.
(f) Organizational Conflicts of Interest: Where there may be an organizational conflict of interest as determined by the ordering agency, the Contractor s participation in such order may be restricted in accordance with FAR Part 9.5.
(g) Documentation/Standards: The Contractor may be requested to provide products or services in accordance with rules, regulations, OMB orders, standards and documentation as specified by the agency s order.
(h) Data/Deliverable Requirements: Any required data/deliverables at the ordering level will be as specified or negotiated in the agency s order.
(i) Government-Furnished Property: As specified by the agency s order, the Government may provide property, equipment, materials or resources as necessary.
(j) Availability of Funds: Many Government agencies operating funds are appropriated for a specific fiscal year. Funds may not be presently available for any orders placed under the contract or any option year. The Government s obligation on orders placed under this contract is contingent upon the availability of appropriated funds from which payment for ordering purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are available to the ordering Contracting Officer.
Any ordering office, with respect to any one or more delivery orders placed by it under this contract, may exercise the same rights of termination as might the GSA Contracting Officer under provisions of FAR 52.212-4, paragraphs (l) Termination for the Government s convenience, and (m) Termination for Cause (See C.1.)
GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to vendors' schedule prices with ordering information. GSA Advantage! will allow the user to perform various searches across all contracts including, but not limited to:
a. Manufacturer;
b. Manufacturer's Part Number; and
c. Product categories.
Agencies can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a browser (ex.: NetScape). The Internet address is http://www.fss.gsa.gov/.
NOTE: Open Market Items are also known as incidental items, noncontract items, non-Schedule items, and items not on a Federal Supply Schedule contract. ODCs (Other Direct Costs) are not part of this contract and should be treated as open market purchases. Ordering Activities procuring open market items must follow FAR 8.401(d). For administrative convenience, an ordering activity contracting officer may add items not on the Federal Supply Multiple Award Schedule (MAS) -- referred to as open market items -- to a Federal Supply Schedule blanket purchase agreement (BPA) or an individual task or delivery order, only if-
(1) All applicable acquisition regulations pertaining to the purchase of the items not on the Federal Supply Schedule have been followed (e.g., publicizing (Part 5), competition requirements (Part 6), acquisition of commercial items (Part 12), contracting methods (Parts 13, 14, and 15), and small business programs (Part 19));
(2) The ordering activity contracting officer has determined the price for the items not on the Federal Supply Schedule is fair and reasonable;
(3) The items are clearly labeled on the order as items not on the Federal Supply Schedule; and
(4) All clauses applicable to items not on the Federal Supply Schedule are included in the order.
a. For the purpose of this contract, commitments, warranties and representations include, in addition to those agreed to for the entire schedule contract:
(1) Time of delivery/installation quotations for individual orders;
(2) Technical representations and/or warranties of products concerning performance, total system performance and/or configuration, physical, design and/or functional characteristics and capabilities of a product/equipment/ service/software package submitted in response to requirements which result in orders under this schedule contract.
(3) Any representations and/or warranties concerning the products made in any literature, description, drawings and/or specifications furnished by the Contractor.
b. The above is not intended to encompass items not currently covered by the GSA Schedule contract.
The terms and conditions of this contract shall apply to all orders for installation, maintenance and repair of equipment in areas listed in the pricelist outside the 48 contiguous states and the District of Columbia, except as indicated below: None
Upon request of the Contractor, the Government may provide the Contractor with logistics support, as available, in accordance with all applicable Government regulations. Such Government support will be provided on a reimbursable basis, and will only be provided to the Contractor's technical personnel whose services are exclusively required for the fulfillment of the terms and conditions of this contract.
Federal Acquisition Regulation (FAR) 13.303-1(a) defines Blanket Purchase Agreements (BPAs) as a simplified method of filling anticipated repetitive needs for supplies or services by establishing charge accounts with qualified sources of supply. The use of Blanket Purchase Agreements under the Federal Supply Schedule Program is authorized in accordance with FAR 13.303-2(c)(3), which reads, in part, as follows:
BPAs may be established with Federal Supply Schedule Contractors, if not inconsistent with the terms of the applicable schedule contract.
Federal Supply Schedule contracts contain BPA provisions to enable schedule users to maximize their administrative and purchasing savings. This feature permits schedule users to set up accounts with Schedule Contractors to fill recurring requirements. These accounts establish a period for the BPA and generally address issues such as the frequency of ordering and invoicing, authorized callers, discounts, delivery locations and times. Agencies may qualify for the best quantity/volume discounts available under the contract, based on the potential volume of business that may be generated through such an agreement, regardless of the size of the individual orders. In addition, agencies may be able to secure a discount higher than that available in the contract based on the aggregate volume of business possible under a BPA. Finally, Contractors may be open to a progressive type of discounting where the discount would increase once the sales accumulated under the BPA reach certain prescribed levels. Use of a BPA may be particularly useful with the new Maximum Order feature. See the Suggested Format, contained in this Schedule Pricelist, for customers to consider when using this purchasing tool.
Contractors participating in contractor team arrangements must abide by all terms and conditions of their respective contracts. This includes compliance with Clauses 552.238-74, Contractor s Reports of Sales and 552.238-76, Industrial Funding Fee, i.e., each contractor (team member) must report sales and remit the IFF for all products and services provided under its individual contract.
The Davis-Bacon Act (40 U.S.C. 276a-276a-7) provides that contracts in excess of $2,000 to which the United States or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating) of public buildings or public works with the United States, shall contain a clause that no laborer or mechanic employed directly upon the site of the work shall received less than the prevailing wage rates as determined by the Secretary of Labor. The requirements of the Davis-Bacon Act do not apply if the construction work is incidental to the furnishing of supplies, equipment, or services. For example, the requirements do not apply to simple installation or alteration of a public building or public work that is incidental to furnishing supplies or equipment under a supply contract. However, if the construction, alteration or repair is segregable and exceeds $2,000, then the requirements of the Davis-Bacon Act applies.
The requisitioning activity issuing the task order against this contract will be responsible for proper administration and enforcement of the Federal labor standards covered by the Davis-Bacon Act. The proper Davis-Bacon wage determination will be issued by the ordering activity at the time a request for quotations is made for applicable construction classified installation, deinstallation, and reinstallation services under SIN 132-8.
If applicable, Section 508 compliance information on the supplies and services in this contract are available in Electronic and Information Technology (EIT) at the following: www.vodavi.com
The EIT standard can be found at: www.Section508.gov/.
Prime Contractors (on cost reimbursement contracts) placing orders under Federal Supply Schedules, on behalf of an ordering activity, shall follow the terms of the applicable schedule and authorization and include with each order
(a) A copy of the authorization from the ordering activity with whom the contractor has the prime contract (unless a copy was previously furnished to the Federal Supply Schedule contractor); and
(b) The following statement:
This order is placed under written authorization from _______ dated _______. In the event of any inconsistency between the terms and conditions of this order and those of your Federal Supply Schedule contract, the latter will govern.
(a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract.
(b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective
(1) For such period as the laws of the State in which this contract is to be performed prescribe; or
(2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer.
(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.
1. MATERIAL AND WORKMANSHIP
All equipment furnished hereunder must satisfactorily perform the function for which it is intended.
2. ORDER
Written orders, EDI orders (GSA Advantage! and FACNET), credit card orders, and orders placed under blanket purchase agreements (BPA) agreements shall be the basis for purchase in accordance with the provisions of this contract. If time of delivery extends beyond the expiration date of the contract, the Contractor will be obligated to meet the delivery and installation date specified in the original order.
For credit card orders and BPAs, telephone orders are permissible.
3. TRANSPORTATION OF EQUIPMENT
FOB DESTINATION. Prices cover equipment delivery to destination, for any location within the geographic scope of this contract.
4. INSTALLATION AND TECHNICAL SERVICES
a. INSTALLATION.
When the equipment provided under this contract is not normally
self-installable, the Contractor's technical personnel shall be available to
the Government, at the Government's location, to install the equipment and to
train Government personnel in the use and maintenance of the equipment. The
charges, if any, for such services are listed below, or in the price schedule:
Installation is outside the scope of this contract.
b. INSTALLATION, DEINSTALLATION, REINSTALLATION. The Davis-Bacon Act (40 U.S.C. 276a-276a-7) provides that contracts in excess of $2,000 to which the United States or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating) of public buildings or public works with the United States, shall contain a clause that no laborer or mechanic employed directly upon the site of the work shall received less than the prevailing wage rates as determined by the Secretary of Labor. The requirements of the Davis-Bacon Act do not apply if the construction work is incidental to the furnishing of supplies, equipment, or services. For example, the requirements do not apply to simple installation or alteration of a public building or public work that is incidental to furnishing supplies or equipment under a supply contract. However, if the construction, alteration or repair is segregable and exceeds $2,000, then the requirements of the Davis-Bacon Act applies.
The requisitioning activity issuing the task order against this contract will be responsible for proper administration and enforcement of the Federal labor standards covered by the Davis-Bacon Act. The proper Davis-Bacon wage determination will be issued by the ordering activity at the time a request for quotations is made for applicable construction classified installation, deinstallation, and reinstallation services under SIN 132-8.
c. OPERATING AND MAINTENANCE MANUALS. The Contractor shall furnish the Government with one (1) copy of all operating and maintenance manuals which are normally provided with the equipment being purchased.
5. INSPECTION/ACCEPTANCE
The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any equipment that has been tendered for acceptance. The Government may require repair or replacement of nonconforming equipment at no increase in contract price. The Government must exercise its postacceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.
6. WARRANTY
a. Unless specified otherwise in this contract, the Contractor s standard commercial warranty as stated in the contract s commercial pricelist will apply to this contract.
b. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.
c. Limitation of Liability. Except as otherwise provided by an express or implied warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.
d. If inspection and repair of defective equipment under this warranty will be performed at the Contractor's plant, the address is as follows:
Vodavi Communications Systems, Inc.
4717 East Hilton Avenue, Suite #400
Phoenix, Arizona 85034-6402
7. PURCHASE PRICE FOR ORDERED EQUIPMENT
The purchase price that the Government will be charged will be the Government purchase price in effect at the time of order placement, or the Government purchase price in effect on the installation date (or delivery date when installation is not applicable), whichever is less.
8. RESPONSIBILITIES OF THE CONTRACTOR
The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City or otherwise) covering work of this character, and shall include all costs, if any, of such compliance in the prices quoted in this offer.
9. TRADE-IN OF INFORMATION TECHNOLOGY EQUIPMENT
When an agency determines that Information Technology equipment will be replaced, the agency shall follow the contracting policies and procedures in the Federal Acquisition Regulation (FAR), the policies and procedures regarding disposition of information technology excess personal property in the Federal Property Management Regulations (FPMR) (41 CFR 101-43.6), and the policies and procedures on exchange/sale contained in the FPMR (41 CFR part 101-46).
1. SERVICE AREAS
a. Repair services for Vodavi Communications Systems, Inc. products will be performed at the Contractor's plant listed below:
AZTEC Capitol
5 Connair Road
Orange, CT 06477
Phone: (866) 607-1179
2. MAINTENANCE ORDER
a. Agencies may use written orders, EDI orders, credit card orders, or BPAs, for ordering maintenance under this contract. The Contractor shall confirm orders within fifteen (15) calendar days from the date of receipt, except that confirmation of orders shall be considered automatic for renewals for maintenance (Special Item Number 132-12). Automatic acceptance of order renewals for maintenance service shall apply for machines which may have been discontinued from use for temporary periods of time not longer than 120 calendar days. If the order is not confirmed by the Contractor as prescribed by this paragraph, the order shall be considered to be confirmed by the Contractor.
b. The Contractor shall honor orders for maintenance for the duration of the contract period or a lessor period of time, for the equipment shown in the pricelist. Maintenance service shall commence on a mutually agreed upon date, which will be written into the maintenance order. Maintenance orders shall not be made effective before the expiration of any applicable maintenance and parts guarantee/warranty period associated with the purchase of equipment. Orders for maintenance service shall not extend beyond the end of the contract period.
c. Maintenance may be discontinued by the Government on thirty (30) calendar days written notice, or shorter notice when agreed to by the Contractor; such notice to become effective thirty (30) calendar days from the date on the notification. However, the Government may extend the original discontinuance date upon written notice to the Contractor, provided that such notice is furnished at least ten (10) calendar days prior to the original discontinuance date.
d. Annual Funding. When annually appropriated funds are cited on a maintenance order, the period of maintenance shall automatically expire on September 30th of the contract period, or at the end of the contract period, whichever occurs first. Renewal of a maintenance order citing the new appropriation shall be required, if maintenance is to continue during any remainder of the contract period.
e. Cross-year Funding Within Contract Period. Where an ordering office's specific appropriation authority provides for funds in excess of a 12 month, fiscal year period, the ordering office may place an order under this schedule contract for a period up to the expiration of the contract period, notwithstanding the intervening fiscal years.
f. Ordering offices should notify the Contractor in writing thirty (30) calendar days prior to the expiration of maintenance service, if maintenance is to be terminated at that time. Orders for continued maintenance will be required if maintenance is to be continued during the subsequent period.
3. REPAIR SERVICE AND REPAIR PARTS/SPARE PARTS ORDERS
a. Agencies may use written orders, EDI orders, credit card orders, blanket purchase agreements (BPAs), or small order procedures for ordering repair service and/or repair parts/spare parts under this contract. Orders for repair service shall not extend beyond the end of the contract period.
b. When repair service is ordered, only one chargeable repairman shall be dispatched to perform repair service, unless the ordering office agrees, in advance, that additional repair personnel are required to effect repairs.
4. LOSS OR DAMAGE
When the Contractor removes equipment to his establishment for repairs, the Contractor shall be responsible for any damage or loss, from the time the equipment is removed from the Government installation, until the equipment is returned to such installation.
5. SCOPE
a. The Contractor shall provide maintenance for all equipment listed herein, as requested by the Government agency during the contract term. Repair service and repair parts/spare parts shall apply exclusively to the equipment types/models within the scope of this Information Technology Schedule.
b. Equipment placed under maintenance service shall be in good operating condition.
(1) In order to determine that the equipment is in good operating condition, the equipment shall be subject to inspection by the Contractor, without charge to the Government.
(2) Costs of any repairs performed for the purpose of placing the equipment in good operating condition shall be borne by the Contractor, if the equipment was under the Contractor's guarantee/warranty or maintenance responsibility prior to the effective date of the maintenance order.
(3) If the equipment was not under the Contractor's responsibility, the costs necessary to place the equipment in proper operating condition are to be borne by the Government, in accordance with the provisions of Special Item Number 132-12 (or outside the scope of this contract).
6. RESPONSIBILITIES OF THE GOVERNMENT
a. Government personnel shall not perform maintenance or attempt repairs to equipment while such equipment is under the purview of a maintenance order, unless agreed to by the Contractor.
b. Subject to security regulations, the Government shall permit access to the equipment which is to be maintained or repaired.
7. RESPONSIBILITIES OF THE CONTRACTOR
For equipment not covered by a maintenance contract or warranty, the Contractor's repair service personnel shall complete repairs as soon as possible after notification by the Government that service is required. Within the service areas, this repair service should normally be done within 4 hours after notification.
8. MAINTENANCE RATE PROVISIONS
a. The Contractor shall bear all costs of maintenance, including labor, parts, and such other expenses as are necessary to keep the equipment in good operating condition, provided that the required repairs are not occasioned by fault or negligence of the Government.
b. REGULAR HOURS
The basic monthly rate for each make and model of equipment shall entitle the Government to maintenance service during a mutually agreed upon nine (9) hour principal period of maintenance, Monday through Friday, exclusive of holidays observed at the Government location.
c. AFTER HOURS
Should the Government require that maintenance be performed outside of Regular Hours, charges for such maintenance, if any, will be specified in the pricelist. Periods of less than one hour will be prorated to the nearest quarter hour.
d. TRAVEL AND TRANSPORTATION
If any charge is to apply, over and above the regular maintenance rates, because of the distance between the Government location and the Contractor's service area, the charge will be:
NONE
9. REPAIR SERVICE RATE PROVISIONS
a. CHARGES. Charges for repair service will include the labor charge, computed at the rates set forth below, for the time during which repairmen are actually engaged in work, and, when applicable, the charge for travel or transportation.
b. MULTIPLE MACHINES. When repairs are ordered by a Government agency on two or more machines located in one or more buildings within walking distance of each other, the charges will be computed from the time the repairman commences work on the first machine, until the work is completed on the last machine. The time required to go from one machine to another, or from one building to another, will be considered actual work performance, and chargeable to the Government, provided the time consumed in going between machines (or buildings) is reasonable.
c. TRAVEL OR TRANSPORTATION
(1) AT THE CONTRACTOR'S SHOP
(i) When equipment is returned to the Contractor's shop for adjustments or repairs which are not covered by the guarantee/warranty provision, the cost of transportation, packing, etc., from the Government location to the Contractor's plant, and return to the Government location, shall be borne by the Government.
(ii) The Government should not return defective equipment to the Contractor for adjustments and repairs or replacement without his prior consultation and instruction.
d. LABOR RATES
(1) REGULAR HOURS
The Regular Hours repair service rates listed herein shall entitle the Government to repair service during the period 8:00 a.m. to 5:00 p.m., Monday through Friday, exclusive of holidays observed at the Government location. There shall be no additional charge for repair service which was requested during Regular Hours, but performed outside the Regular Hours defined above, at the convenience of the Contractor.
(2) AFTER HOURS
When the Government requires that repair service be performed outside the Regular Hours defined above, except Sundays and Holidays observed at the Government location, the After Hours repair service rates listed herein shall apply. The Regular Hours rates defined above shall apply when repair service is requested during Regular Hours, but performed After Hours at the convenience of the Contractor.
(3) SUNDAYS AND HOLIDAYS
When the Government requires that repair service be performed on Sundays and Holidays observed at the Government location, the Sundays and Holidays repair service rates listed herein shall apply. When repair service is requested to be performed during Regular Hours and/or After Hours, but is performed at the convenience of the Contractor on Sundays or Holidays observed at the Government location, the Regular Hours and/or After Hours repair service rates, as applicable, shall apply.
All repair service performed at the Contractors plant listed below:
AZTEC Capitol
5 Connair Road
Orange, CT 06477
Phone: (866) 607-1179
10. REPAIR PARTS/SPARE PARTS RATE PROVISIONS
All parts, furnished as spares or as repair parts in connection with the repair of equipment, unless otherwise indicated in this pricelist, shall be new, standard parts manufactured by the equipment manufacturer. All parts shall be furnished at prices indicated in the then current Aztec Capitol s commercial pricelist, at a discount of 1% from such listed prices.
11. GUARANTEE/WARRANTY REPAIR SERVICE AND REPAIR PARTS/SPARE PARTS
a. REPAIR SERVICE
All repair work will be guaranteed/warranted for a period of ninety (90) days.
b. REPAIR PARTS/SPARE PARTS
All telephone systems components parts, furnished either as spares or repair parts will be guaranteed/warranted for a period of one (1) year and a ninety (90) day warranty on Voice Mail repairs.
12. INVOICES AND PAYMENTS
a. Maintenance Service
(1) Invoices for maintenance service shall be submitted by the Contractor on a quarterly or monthly basis, after the completion of such period. Maintenance charges must be paid in arrears (31 U.S.C. 3324). PROMPT PAYMENT DISCOUNT, IF APPLICABLE, SHALL BE SHOWN ON THE INVOICE.
(2) Payment for maintenance service of less than one month's duration shall be prorated at 1/30th of the monthly rate for each calendar day.
b. Repair Service and Repair Parts/Spare Parts
Invoices for repair service and parts shall be submitted by the Contractor as soon as possible after completion of work. Payment under blanket purchase agreements will be made quarterly or monthly, except where cash payment procedures are used. Invoices shall be submitted separately to each Government office ordering services under the contract. The cost of repair parts shall be shown as a separate item on the invoice, and shall be priced in accordance with paragraph #10, above. PROMPT PAYMENT DISCOUNT, IF APPLICABLE, SHALL BE SHOWN ON THE INVOICE.
PREAMBLE
Vodavi Communications Systems, Inc., provides commercial products and services to the Federal Government. We are committed to promoting participation of small, small disadvantaged and women-owned small businesses in our contracts. We pledge to provide opportunities to the small business community through reselling opportunities, mentor-prot g programs, joint ventures, teaming arrangements, and subcontracting.
COMMITMENT
To actively seek and partner with small businesses.
To identify, qualify, mentor and develop small, small disadvantaged and women-owned small businesses by purchasing from these businesses whenever practical.
To develop and promote company policy initiatives that demonstrate our support for awarding contracts and subcontracts to small business concerns.
To undertake significant efforts to determine the potential of small, small disadvantaged and women-owned small business to supply products and services to our company.
To insure procurement opportunities are designed to permit the maximum possible participation of small, small disadvantaged, and women-owned small businesses.
To attend business opportunity workshops, minority business enterprise seminars, trade fairs, procurement conferences, etc., to identify and increase small businesses with whom to partner.
To publicize in our marketing publications our interest in meeting small businesses that may be interested in subcontracting opportunities.
We signify our commitment to work in partnership with small, small disadvantaged and women-owned small businesses to promote and increase their participation in Federal Government contracts. To accelerate potential opportunities please contact: Mr. Steve Borcich, Vice President, Sales & Marketing
Phone: (480) 443-6041, Fax: (480) 998-2469, E-mail: sborcich@vodavi.com
**The following is a SUGGESTED Blanket Purchase Agreement (BPA) format.**
BEST VALUE
BLANKET PURCHASE AGREEMENT
FEDERAL SUPPLY SCHEDULE
(Insert Customer Name)
In the spirit of the Federal Acquisition Streamlining Act (Agency) and (Contractor) enter into a cooperative agreement to further reduce the administrative costs of acquiring commercial items from the General Services Administration (GSA) Federal Supply Schedule Contract(s) ____________________.
Federal Supply Schedule contract BPAs eliminate contracting and open market costs such as: search for sources; the development of technical documents, solicitations and the evaluation of offers. Teaming Arrangements are permitted with Federal Supply Schedule Contractors in accordance with Federal Acquisition Regulation (FAR) 9.6.
This BPA will futher decrease costs, reduce paperwork, and save time by eliminating the need for repetitive, individual purchases from the schedule contract. The end result is to create a purchasing mechanism for the Government that works better and costs less.
Signatures
Agency Date Contractor Date
BPA NUMBER_____________
(CUSTOMER NAME)
BLANKET PURCHASE AGREEMENT
Pursuant to GSA Federal Supply Schedule Contract Number(s)____________, Blanket Purchase Agreements, the Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXCLUSIVELY WITH (Ordering Agency):
(1) The following contract items can be ordered under this BPA. All orders placed against this BPA are subject to the terms and conditions of the contract, except as noted below:
MODEL
NUMBER/PART NUMBER *SPECIAL BPA DISCOUNT/PRICE
(2) Delivery:
DESTINATION DELIVERY
SCHEDULES / DATES
(3) The Government estimates, but does not guarantee, that the volume of purchases through this agreement will be _________________________.
(4) This BPA does not obligate any funds.
(5) This BPA expires on _________________ or at the end of the contract period, whichever is earlier.
(6) The following office(s) is hereby authorized to place orders under this BPA:
OFFICE POINT
OF CONTACT
(7) Orders will be placed against this BPA via Electronic Data Interchange (EDI), FAX, or paper.
(8) Unless otherwise agreed to, all deliveries under this BPA must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum:
(a) Name of Contractor;
(b) Contract Number;
(c) BPA Number;
(d) Model Number or National Stock Number (NSN);
(e) Purchase Order Number;
(f) Date of Purchase;
(g) Quantity, Unit Price, and Extension of Each Item (unit prices and extensions need not be shown when incompatible with the use of automated systems; provided, that the invoice is itemized to show the information); and
(h) Date of Shipment.
(9) The requirements of a proper invoice are specified in the Federal Supply Schedule contract. Invoices will be submitted to the address specified within the purchase order transmission issued against this BPA.
(10) The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor s invoice, the provisions of this BPA will take precedence.
Federal Supply Schedule Contractors may use Contractor Team Arrangements (see FAR 9.6) to provide solutions when responding to a customer agency requirements.
These Team Arrangements can be included under a Blanket Purchase Agreement (BPA). BPAs are permitted under all Federal Supply Schedule contracts.
Orders under a Team Arrangement are subject to terms and conditions or the Federal Supply Schedule Contract.
Participation in a Team Arrangement is limited to Federal Supply Schedule Contractors.
Customers should refer to FAR 9.6 for specific details on Team Arrangements.
Here is a general outline on how it works:
The customer identifies their requirements.
Federal Supply Schedule Contractors may individually meet the customers needs, or -
Federal Supply Schedule Contractors may individually submit a Schedules Team Solution to meet the customer s requirement.
Customers make a best value selection.
Type |
Company Name |
Contact |
Phone |
Fax |
Gold |
Access Communications |
Chris Fickey/John M. |
941-355-1900 |
941-351-8444 |
Gold |
All Comm Technologies |
Bryan Altizer |
417-881-8660 |
417-881-1872 |
Gold |
Alpha Integrated |
Mark Oelhafen |
803-749-1614 |
803-749-0319 |
Gold |
Always's Better Communications |
Doug Pauly |
330-478-4048 |
330-477-6226 |
Gold |
AM Telephone |
Andrew Maestas |
505-884-0444 |
505-884-4673 |
Gold |
Amtel Communications |
David Dubler x102 |
702-896-1311 |
702-896-5453 |
Gold |
Armstrong Telecommunications |
Daniel Armstrong |
607-722-0066 |
607-722-0239 |
Gold |
Ascend Technologies/HDI |
Dave Roberts |
770-788-8089 |
770-788-6960 |
Gold |
Axiom Telephone Systems |
John R. Adams |
972-771-2155 |
972-771-9684 |
Gold |
Brazos Valley Telephone Sys. |
Jack Young |
979-268-8888 |
979-260-6584 |
Gold |
BT Communications |
Cina |
303-289-9941 |
303-429-4154 |
Gold |
Buckeye Information Systems |
Stephen Lee |
937-461-2500 |
937-229-8122 |
Gold |
Business Comm. Specialists |
Angela Shelton |
858-679-3800 |
858-679-7933 |
Gold |
Business Comm. Systems |
Ms. Bret Bourdulis |
508-797-6612 |
508-753-5904 |
Gold |
California Business Telephones |
Duncan Cameron |
916-372-6260 |
916-372-9685 |
Gold |
CCI Technology |
John Lowery |
248-614-8000 |
248-643-8685 |
Gold |
Century Executone, Inc. |
Mark Raunickx1319 |
916-614-1300 |
916-614-1333 |
Gold |
Century Executone, Inc. |
Mark Raunick |
530-221-1222 |
530-222-7555 |
Gold |
Choice Communications |
Max Bender |
717-866-4144 |
717-866-5427 |
Gold |
Collins Communications, Inc. |
Cheryl Dittus |
307-682-5193 |
307-686-2145 |
Gold |
Communications Diversified, Inc. |
Chet Lytle Jr. |
505-345-9199 |
505-345-4746 |
Gold |
Comtel Business Telephone Sys. |
Carl Tognolini |
209-549-4900 |
209-549-4909 |
Gold |
Convergent Telecom, Inc. |
Raj Shah |
585-427-7000 |
585-292-8289 |
Gold |
Crosbie & McLeahvire(dba CTI Technolgy) |
Tim Briscoe |
920-738-9410 |
920-738-9423 |
Gold |
Crossroads Technologies |
Anthony Castorani |
610-736-0270 |
610-736-0272 |
Gold |
CTI Solutions |
Tom Chevalier |
317-566-3360 |
317-566-3373 |
Gold |
CT-Innovations (Exec St Louis) |
Cynthia Brussee |
502-814-5100 |
502-814-5110 |
Gold |
CT-Innovations (Exec St Louis) |
Cynthia Brussee |
636-537-4284 |
636-537-8300 |
Gold |
Cummings Communicaitons |
Merl Cummings |
541-479-8900 |
541-479-0462 |
Gold |
Data Talk Telecom, LLC(Executone-Colum) |
Ray Essex/S.Blazer |
614-267-0267 |
614-261-3042 |
Gold |
Datacom, Inc. |
Tony Herrin |
803-798-3901 |
803-798-3607 |
Gold |
Data-Tel |
Joe Distefano |
203-330-8832 |
203-334-7887 |
Gold |
Davies Technologies, Inc.(Zephyr) |
Brett Davies |
801-892-7000 |
801-892-0100 |
Gold |
Digital Communication Products, Inc. |
Charles Oberlin |
260-744-3365 |
260-745-1400 |
Gold |
Digitel Solutions for Business, Inc. |
Larry Davis x-202 |
716-884-9800 |
716-614-4444 |
Gold |
E Providers |
Brian Hart |
800-584-7735 |
478-374-3448 |
Gold |
Eastern Datacomm |
Al Harnisch |
201-457-3311 |
201-457-1811 |
Gold |
Echo 24, Inc. |
Anthony Gunter |
614-964-0890 |
614-789-9925 |
Gold |
Executone - Hagerstown |
Barry McAlister |
301-739-7707 |
301-739-7733 |
Gold |
Executone by Davron Biz Sol |
Kevin Lech |
701-663-7471 |
701-663-4118 |
Gold |
Executone Communications Systems |
Andrew Mance |
419-843-6868 |
419-843-6444 |
Gold |
Executone Datacomm, Inc. |
Brett Davies |
702-739-7500 |
|
Gold |
Executone of Central Louisiana, Inc. |
Don Coppola |
225-295-3500 |
225-295-3505 |
Gold |
Executone of Central Louisiana, Inc. |
Don Coppola |
337-234-7611 |
337-267-3186 |
Gold |
Executone of Georgia |
Jim Waldrop |
770-541-0200 |
|
Gold |
Executone of Rhode Island |
Doug Anderson |
401-434-9000 |
401-431-9111 |
Gold |
Executone Systems Co. of LA., Inc. |
Franck Labiche |
504-838-9600 |
504-833-4725 |
Gold |
Executone T-Com |
Tim Adams |
423-698-0297 |
423-698-3446 |
Gold |
Executone Telecommunications, LLC. |
Jim Walling |
248-649-9100 |
248-649-5558 |
Gold |
Fiber-Com, Inc. |
Clyde Zimmerman |
814-793-1875 |
814-793-1872 |
Gold |
Hursey Telecom |
Gary Hursey |
618-632-5776 |
618-628-3233 |
Gold |
ICS Telecom, Inc. |
Raj Shah / IC Shah |
585-427-7000 |
585-292-8289 |
Gold |
ICS Telecom, Inc. |
Bob Hanaka |
716-817-7902 |
|
Gold |
IDeACOM Cincinnati (Brackmann) |
Fred Brackmann |
513-794-8000 |
513-794-8015 |
Gold |
IDeACOM Dayton, Inc. |
Dominick Rinaldi |
937-294-5900 |
937-297-5363 |
Gold |
IDeACOM ECSI |
Kurt Krupp |
208-529-9400 |
208-529-9950 |
Gold |
IDeACOM Integrated Technologies, Inc. |
Bradford Little |
603-778-1763 |
603-772-7160 |
Gold |
IDeACOM Mid-America, Inc. |
Laurence Anderson |
651-292-0102 |
651-292-0144 |
Gold |
IDeACOM Mid-Atlantic, Inc. |
Robert Edwards |
540-982-0071 |
540-982-0081 |
Gold |
Ideacom Mid-West |
William McCormick |
314-961-0557 |
314-961-4581 |
Gold |
Ideacom of Central North Carolina |
John Thomas-1101 |
336-854-4455 |
336-476-5588 |
Gold |
IDeACOM of Nashville |
Tim Meehan |
615-256-3838 |
615-256-6964 |
Gold |
Ideacom of Texas N.W. |
Alan Cox |
806-355-7466 |
806-355-7492 |
Gold |
IDeACOM of the Gulf Coast |
John Robb x102 |
251-626-1313 |
251-626-1370 |
Gold |
IDeACOM Solutions Group |
Robert Giannone |
407-898-3333 |
407-896-4734 |
Gold |
IDeACOM Technologies |
Jim Waldrop |
865-588-5723 |
865-588-5504 |
Gold |
Interactive Communications(NE) |
Randy Daubendiek |
402-498-9926 |
402-498-3770 |
Gold |
Interconnect Services, Inc |
Gary Schuchart |
410-687-8900 |
410-574-7541 |
Gold |
Interconnect Systems |
J.Curtis Dye |
360-671-4444 |
360-676-6283 |
Gold |
Kiehl Building Services Corp. |
Dennis Kiehl |
330-867-5881 |
330-867-5882 |
Gold |
KMS Business Products Corp. |
Steve Bulla |
850-433-1131 |
850-438-0295 |
Gold |
KSB Electronics |
Bob Stover |
609-883-9393 |
609-883-9276 |
Gold |
Life Communications & Security |
Jerry Harris |
931-455-9016 |
931-455-9093 |
Gold |
Minnesota Telephone Installers |
Fred Huemoeller |
952-894-1984 |
952-252-2990 |
Gold |
Moorehead Technolgies, Inc. |
Mark Johnsonx-111 |
800-303-6226 |
765-651-2017 |
Gold |
National Telephone & Technology (ne.sy) |
Mark Brown x-101 |
207-885-0000 |
207-885-0055 |
Gold |
National Telesystems, Inc. |
Jim Landon x-227 |
214-352-5000 |
214-350-4178 |
Gold |
Netcom Group |
Kim Fettig |
616-784-6555 |
616-647-1529 |
Gold |
Northwest Comtech |
Terry Gerke |
503-252-1462 |
503-252-2343 |
Gold |
Northwest Telecom |
William Warwood |
406-586-2304 |
406-586-2305 |
Gold |
Olympic Telephone Inc. |
Doug Barton |
360-357-4179 |
360-754-1870 |
Gold |
PC Solutions |
Jack Gerbs |
937-885-7272 |
937-885-1909 |
Gold |
PM Communications |
Jessica Campbell / Chris Markland |
631-821-3800 |
631-821-2436 |
Gold |
Pritchett Communications, Inc. |
John Pritchett |
804-264-7888 |
804-264-4848 |
Gold |
Purchase Area Comm./Phone Center of Murray |
Judy Roth |
270-753-0342 |
270-753-8348 |
Gold |
Quinn Communications |
Marc Coleman |
304-414-0001 |
304-414-0005 |
Gold |
Resicom / Time Business Systems |
Julie/Rex |
970-454-1080 |
970-454-3096 |
Gold |
RFP Solutions Inc. |
Fred Palumbo x104 |
856-686-0888 |
856-686-0889 |
Gold |
Signet Electronics Systems |
Marc Bronstein |
781-871-5888 |
781-871-4757 |
Gold |
Signet Electronics Systems |
Norm Taylor |
207-945-4800 |
207-945-4848 |
Gold |
Software Solutions and Designs, Inc |
James Mellis |
843-556-4720 |
843-556-4722 |
Gold |
Startech Communications/D & J Enterprises |
Sean Maloney |
410-546-1019 |
410-543-0724 |
Gold |
Superior Telephone |
David Jones |
845-677-2000 |
845-677-1200 |
Gold |
Supertech Business Communications |
Nancy Robinson |
219-661-1662 |
219-661-8862 |
Gold |
TAD Enterprises |
Terry Worthy |
520-623-6901 |
520-628-3601 |
Gold |
TCS |
Terry Hanson |
623-931-0404 |
623-435-7256 |
Gold |
Tel Com Tec |
Jackie Graziano |
760-736-3211 |
760-736-3218 |
Gold |
Teldata South LLC |
Benjamin Crawford |
843-488-9030 |
843-488-9050 |
Gold |
Tel-Data West, Inc |
Ronald K. Phillips |
623-516-2035 |
623-516-2048 |
Gold |
Telecom Business Solutions, Inc. |
Larry Hinkle |
717-840-0264 |
717-755-4039 |
Gold |
Telecom Technology |
Pat Hagan |
317-783-7831 |
317-783-3320 |
Gold |
Teledata Systems, Inc. |
Tom Haidle |
406-652-6740 |
406-652-6739 |
Gold |
Telephonics Unlimited |
Ronnie Thames |
281-446-2392 |
281-446-9053 |
Gold |
Telephony and Data Solutions /Microman |
Bob Rankin |
614-923-8000 |
614-792-6868 |
Gold |
Telesystems, Inc. |
Ed Vaughn |
703-541-5100 |
703-541-5125 |
Gold |
Telmart LP |
John Carter |
713-222-8255 |
713-592-0364 |
Gold |
Telnet |
Michael Howard |
703-257-1991 |
|
Gold |
Time Business Systems / Resicom |
Julie Walker |
303-425-6300 |
303-426-4007 |
Gold |
Total Communications, Inc. |
Dick Lennon |
860-282-9999 |
860-528-1904 |
Gold |
Total Communications, Inc. |
Shawn Silver |
203-882-0088 |
203-377-7921 |
Gold |
Total Communications, Inc. |
Patti West |
508-832-9600 |
508-832-6158 |
Gold |
Total Technologies, LLC |
Michael Murphy |
281-448-7676 |
281-448-8580 |
Gold |
Trucomm Business Network Systems |
Troy Trumble x-110 |
619-449-8900 |
619-449-2900 |
Gold |
Ultracom, Inc.(ISA) |
Robert Shubow |
248-350-2020 |
248-350-9066 |
Gold |
Unified Communications, Inc. |
Jack Mroz |
904-398-4225 |
904-398-5918 |
Gold |
Utilicomm Solutions (Formerly ETS) |
Craig Taylor x-103 |
678-965-2200 |
678-965-2201 |
Gold |
Venture Communications, Inc. |
Eric Burch |
806-745-5551 |
806-745-5959 |
Gold |
Venture Communications, Inc. |
Joey Gooch |
806-379-8934 |
806-379-8949 |
Gold |
Venture Communications, Inc. |
Kyle Prichard |
432-561-8608 |
432-275-0504 |
Gold |
Venture Communications, Inc. |
Keith Corbin |
915-561-8608 |
915-362-6548 |
Gold |
VICOM-Virginia Integrated Communication |
Dennis Schliske |
757-490-7777 |
757-499-3394 |
Gold |
Vodavi Direct |
Todd Lindsey |
480-443-6000 |
480-443-9025 |
Gold |
Wilkerson Communications |
Eugene Wilkerson |
253-770-0509 |
253-770-0577 |
Gold |
Zephyr Technology Solutions |
Brett Davies |
801-892-7000 |
801-892-0100 |
Silver |
Advanced Comm |
Jerry Lindsey |
903-463-3608 |
903-465-9558 |
Silver |
Advanced Communications of Sarasota. |
Russell Firino |
941-924-9222 |
941-924-0031 |
Silver |
AHA Telecomp |
Andy Adkins |
602-992-6091 |
602-992-6596 |
Silver |
Ahrens Communications (Dialnet) |
Craig Ahrens |
605-335-3932 |
605-335-8909 |
Silver |
AIMS Communications |
George Maldonado |
305-895-2303 |
305-949-7798 |
Silver |
ASCC |
Tom J. Marx |
724-772-2722 |
724-776-9056 |
Silver |
Aspen Communications |
Don Richardson |
928-774-0992 |
928-214-9202 |
Silver |
ATC Telephone and Data Systems |
Tom Hurly |
901-266-0801 |
901-794-1756 |
Silver |
B & R Communications |
Ronnie Wilson |
864-574-8500 |
264-587-9129 |
Silver |
B & R Telephone Service |
Hector Vasquez |
361-992-8300 |
361-992-6272 |
Silver |
Bearcat Systems, Inc. |
Craig Nugent |
717-845-7929 |
717-845-7823 |
Silver |
Boulder Phone Installers |
David McIntosh |
303-442-5500 |
303-442-6708 |
Silver |
Business Communications Solutions |
Jason Buchanan |
812-422-4955 |
812-422-9506 |
Silver |
Business Tech Communications, Inc. |
Rich McDaniel |
630-455-5050 |
630-455-6060 |
Silver |
Business Telephones Inc. |
Lynn Ray |
205-988-8297 |
205-403-8674 |
Silver |
C & D Communications, Inc. |
Dave Saari |
952-829-1324 |
925-829-1920 |
Silver |
C & G Communication, Inc. |
Gary Owens/Cheryl |
619-448-9500 |
619-628-8152 |
Silver |
C & S Telecommunications |
Scott Richards |
916-364-8636 |
916-363-6280 |
Silver |
Cactus Communications |
Linton Neal |
909-599-9430 |
909-394-7389 |
Silver |
Central Coast Systems |
Bill Beauchamp |
831-758-2037 |
831-758-2058 |
Silver |
Central Com, Inc. |
Bob McAteer |
330-220-0802 |
330-220-0312 |
Silver |
City Wide Telecom |
Mike Nix |
858-751-2929 |
858-292-9737 |
Silver |
Communications Plus, Inc. |
Rick Durbin |
812-479-1200 |
812-479-1226 |
Silver |
Comprehensive Security Protection, Inc. |
Alan Itchkow |
516-829-5939 |
516-829-5959 |
Silver |
Concept Business Connections |
Tim Moore |
626-966-1255 |
626-966-1404 |
Silver |
Connect Telephone & Computer Group |
Matt Duray |
406-259-4991 |
406-256-3082 |
Silver |
Cornerstone Technologies, Inc. |
Drew Martin x101 |
813-818-9559 |
813-818-9669 |
Silver |
Cronley, Inc. |
Matt Cronley(104) |
770-772-7371 |
770-772-4325 |
Silver |
Crosspoint Communications |
Richard Seward |
845-883-7171 |
845-883-9265 |
Silver |
Custom Music & Communications |
Robert Jess |
970-243-2558 |
970-243-5523 |
Silver |
CWC |
Russ Crane |
949-770-5010 |
949-770-5994 |
Silver |
Design Communications |
John Nam |
954-525-0684 |
954-525-7101 |
Silver |
Dynamic Computer Solutions of Topeka |
Mitch Miller |
785-354-7000 |
785-354-7022 |
Silver |
Elite Communications |
Pauli Lozano |
805-647-3319 |
805-647-1332 |
Silver |
En Tel Com |
James Johnson |
205-979-9773 |
205-979-9703 |
Silver |
Englebrecht |
Mark Englebrecht |
909-980-8426 |
909-980-8146 |
Silver |
Facility Expo, Inc. |
Marc Kranz |
858-427-3976 |
858-427-3977 |
Silver |
Gallaher & Associates |
Tom Gallaher |
865-970-2471 |
865-970-7889 |
Silver |
Global Telecommunications |
Chuck Ecklond |
561-368-3030 |
561-391-5479 |
Silver |
Harman & Associates, Inc. |
Larry R. Harman |
918-280-4500 |
918-828-9189 |
Silver |
Hawkeye Alarm & Signal |
Ken Samek |
319-232-0490 |
319-235-6006 |
Silver |
Hawkins Communications |
Barbra Hawkins |
609-268-6600 |
609-268-5542 |
Silver |
Hughes Technologies (CTI) |
Matt Hughes |
770-426-2000 |
770-426-2010 |
Silver |
Image Electronics |
Herald Givens |
918-660-0222 |
918-660-0232 |
Silver |
Intertech Computer Products, Inc |
Paul Campbell |
602-437-0035 |
602-437-0076 |
Silver |
IPN, LLC |
Frank Calvallero |
480-419-7590 |
480-419-9537 |
Silver |
J & B Communications |
Joe Bainger |
610-847-8131 |
610-847-8715 |
Silver |
Kooi Communications(NE) |
Charlotte Endorv |
402-371-8757 |
402-371-3252 |
Silver |
Line 1 Telecom, Inc |
Peter Brooks |
206-587-2309 |
206-525-1051 |
Silver |
M & N Communications, LLC |
Ron Maki |
605-224-8750 |
605-224-9565 |
Silver |
McKee Electronics, Inc. |
Sonny McKee |
601-957-7699 |
601-956-9478 |
Silver |
Metropolitan Telephone Co., Inc. |
Victor Barossi |
508-668-3200 |
508-668-7502 |
Silver |
NewTech Communications |
Jim Karas |
425-347-7608 |
425-355-2770 |
Silver |
Northwest Telecom |
Ellis Wilson |
541-884-2204 |
541-884-8508 |
Silver |
Open Systems Integrators, Inc. |
Paul Facciolo |
732-792-2112 |
732-792-9966 |
Silver |
Perkins Communication Systems |
Troy Perkins |
580-355-0156 |
580-355-3130 |
Silver |
Phone-Tel |
Kenneth Tumolo |
203-284-9488 |
|
Silver |
Professional Technologies |
Eric Young |
307-789-7785 |
307-679-7785 |
Silver |
R & M Telephone Service |
Greg Kutach |
979-299-1518 |
979-299-6703 |
Silver |
S & F Telecommunications |
Joe Fey |
518-828-5860 |
518-828-0125 |
Silver |
Serban Sound & Communications |
George M Serban |
661-324-9044 |
661-324-2548 |
Silver |
Surecom |
Dale Blankenship |
512-257-7873 |
512-257-1971 |
Silver |
Tel Star Communications, Inc. |
Don Moody |
305-591-1611 |
305-593-9875 |
Silver |
Tel Tech Plus |
Karie Dunks |
760-598-6233 |
760-598-6307 |
Silver |
Telco Data, Inc/Network Logistics |
Pierre Kerbage |
512-977-0505 |
512-491-9771 |
Silver |
Tel-Con Communications |
Jim Durkey |
707-578-3413 |
707-578-8841 |
Silver |
Tele-Sense |
Tim Plowman |
559-271-9539 |
559-271-9599 |
Silver |
Tennessee Business Communications Services, Inc. |
Larry Featherstone |
615-256-3975 |
615-242-0654 |
Silver |
Time & Alarm Systems (schools only) |
Keith Senn |
909-685-1761 |
909-685-1441 |
Silver |
US Telesystems, Inc. |
Doug Cohen |
310-470-8000 |
310-470-8889 |
Bronze |
AC & P (Able Cable & Phones) |
Gary Middelkamp |
602-482-1723 |
602-404-8006 |
Bronze |
A.C.E.S./Advanced Comm. Eq. Specialists |
Tom LeCheminant |
801-977-1177 |
801-977-9003 |
Bronze |
Adrotech, Corp. |
Reuven Ayrumyan |
781-930-3600 |
617-812-4678 |
Bronze |
Advance Sound & Electric |
Dan Becker / Dave |
916-334-9800 |
916-334-0455 |
Bronze |
Advanced Business Communications |
Larry Pettet |
740-763-3054 |
740-763-3067 |
Bronze |
Advanced Communications Services, Inc. |
Timothy Dittman |
262-786-1699 |
262-786-7881 |
Bronze |
Advanced Communications Systems |
Gary Cessna |
574-293-3123 |
574-294-5841 |
Bronze |
Advanced Electrronics & Communications |
Kevin Opalek |
810-229-8212 |
810-229-6393 |
Bronze |
Advanced Technical Services |
Joe Mesich |
505-863-4134 |
505-722-2099 |
Bronze |
Affordable Telephone Of Michigan |
Mark Carpenter |
517-536-2866 |
517-536-2866 |
Bronze |
Allied Business Communications |
Max Fecko |
518-279-1999 |
518-279-1954 |
Bronze |
Allied Systems |
Jim Charbonneau |
509-924-8729 |
509-892-8273 |
Bronze |
Allison Mechanical, inc/Com Pre Tech |
Brice Crow |
909-478-5633 |
909-478-5637 |
Bronze |
Alpine School District |
Marlin McKinney |
801-796-3111 |
801-785-8782 |
Bronze |
Altra Telephone Communications |
Lawrence Altore |
847-364-1001 |
847-364-1597 |
Bronze |
Alumni Technology Services, Inc. |
Dennis Braun |
317-577-4253 |
317-577-4279 |
Bronze |
American Call Processors |
Jim Taylor |
301-617-0078 |
301-617-2616 |
Bronze |
American Sound and Electronics |
Dave Hillman |
859-261-9024 |
859-655-4746 |
Bronze |
Anderson Telephone Systems |
Bob Harrell |
864-964-9911 |
|
Bronze |
Apex Communications |
Jim Carpenter |
480-998-9808 |
|
Bronze |
Apollo Communications, Inc. |
Eva Roth |
301-855-3209 |
301-855-6995 |
Bronze |
Apple Valley Communications |
Larry Cusack |
760-247-2668 |
760-247-0087 |
Bronze |
Appletree Answering Service, Inc |
Chuck Boyce |
302-656-0630 |
302-654-3560 |
Bronze |
Arcom Systems Inc. |
David Watson, Jr |
501-225-4910 |
501-277-6707 |
Bronze |
Aries Communications |
Anne Sayers |
281-447-9400 |
713-690-1429 |
Bronze |
Artcom Associates, Inc. |
Art Flores |
210-684-8877 |
210-684-8987 |
Bronze |
Aubeta Telecom |
Chuck Meyer |
206-766-8800 |
206-766-9100 |
Bronze |
Automated Interface |
Ken Curl |
858-571-3400 |
858-571-3491 |
Bronze |
Automatic Control Devices |
William Curbow |
256-880-6611 |
256-880-6631 |
Bronze |
Axiliary concepts & Design |
Bob Harris |
256-536-4864 |
256-536-4869 |
Bronze |
B & J Sound and Communications |
Steve Goode |
901-276-0743 |
901-273-2171 |
Bronze |
Baltimore Sound & Engineering |
Rick Childs |
410-583-8900 |
410-853-9535 |
Bronze |
Bay Area Communication |
Tony Martinez |
925-432-3350 |
925-432-6444 |
Bronze |
Birch Telecom |
Gary Brammer |
816-300-7635 |
816-300-3291 |
Bronze |
Blackpoint Telcom |
Charlie Fager |
415-892-9531 |
415-892-6542 |
Bronze |
Boss Communications Technologies, INC |
Glenn Boss / George |
808-488-1411 |
808-487-7881 |
Bronze |
Brand Electric, Inc. |
Dave Chesney |
765-296-3437 |
765-296-2047 |
Bronze |
Brewer Technology Solutions |
Chris Brewer |
912-261-1199 |
912-261-0087 |
Bronze |
Brickley Productions Services |
Gary Brickley |
415-864-6600 |
415-864-6650 |
Bronze |
Bri-Tech Inc |
Ken McDonald |
631-563-8000 |
516-244-8005 |
Bronze |
Cameron Communications |
Casey Young |
415-773-2222 |
415-242-4352 |
Bronze |
CAT Communications |
Rod Muscio |
650-952-1212 |
650-359-7963 |
Bronze |
Central California Electronics |
Jay Johnson |
559-485-1254 |
559-485-3963 |
Bronze |
Central Systems, Inc |
Stanley Dobbs |
405-682-9900 |
405-682-9903 |
Bronze |
Chattanooga Telephone Sales & Service |
Al Smith |
423-266-5600 |
423-266-2110 |
Bronze |
Chesapeake Public Schools |
Ed Holland |
757-547-1262 |
|
Bronze |
Chicago Land Sales and Service |
Don Darkes |
847-885-1166 |
847-885-1175 |
Bronze |
Christian Ent,Inc / Lincoln County |
Paul Donohue |
775-962-5131 |
775-962-5594 |
Bronze |
Circuit Shop |
Chris Reindolar |
717-625-7199 |
717-625-7196 |
Bronze |
City Of Prescott |
Dick Barnes |
520-776-6345 |
520-776-6381 |
Bronze |
Citywide Communications, Inc |
Eric Adams |
972-644-8986 |
866-388-7591 |
Bronze |
Coastal Telephone |
Lawrence Piper |
904-225-5603 |
904-277-2731 |
Bronze |
Com Pre Tech |
Charlie Lemesh |
909-948-5277 |
|
Bronze |
Comm. Systems Management, Inc. |
Michael York |
813-961-9351 |
813-349-2101 |
Bronze |
Commercial Communication Svcs. |
Steve Hume |
253-939-7068 |
253-939-7095 |
Bronze |
Commercial Sound Systems, Inc |
Jim Zauner |
440-294-3420 |
440-294-3420 |
Bronze |
Communication Solutions Corp |
Mike Nebe |
847-885-3333 |
847-885-8321 |
Bronze |
Communications Specialists of VA/Panurgy |
Bill Loyal |
804-559-4274 |
804-559-4479 |
Bronze |
Comstar/Versatel Securities, Inc. |
Tim Greco |
630-694-0906 |
630-694-0912 |
Bronze |
Comtel Systems Corp. |
Mike Butler |
813-623-3974 |
813-664-1223 |
Bronze |
Consolidated Electronic Systems |
Ralph Vest |
865-938-2088 |
865-938-2948 |
Bronze |
Cornerstone Integrated Voice & Data |
Joel Powers |
207-230-0100 |
207-230-0766 |
Bronze |
Cumberland Technolgies, Inc |
Tom Stotts |
270--685-1408 |
270-885-4793 |
Bronze |
Custom Communications |
Roger Gold |
610-433-9169 |
|
Bronze |
Custom Communications |
Dave Cruse |
253-536-9183 |
253-536-8456 |
Bronze |
Czartek Electronics, LLC |
David Czarnecki |
610-369-9022 |
610-705-0768 |
Bronze |
D & W Telephone Service |
David Smoker |
610-286-9716 |
610-286-9923 |
Bronze |
Dallas Sight and Sound |
David Rodgers |
972-392-3202 |
972-392-3210 |
Bronze |
Data Voice Corporation |
Steve Gregory |
440-946-0080 |
440-946-0152 |
Bronze |
Datatel |
Rod Richardson |
208-884-4000 |
208-884-4077 |
Bronze |
Davis Unified School District |
James Newman |
530-757-5385 |
530-757-5378 |
Bronze |
DCI - Design Communications Inc. |
Frank Morrow |
516-775-8300 |
516-775-2525 |
Bronze |
Dee's Communications |
Duane Fought |
918-825-8500 |
918-825-1963 |
Bronze |
Deltron, Inc |
Bill Wade |
913-722-1300 |
913-722-1300#8 |
Bronze |
Digi-Telecom |
Cameron Loose x101 |
801-825-0718 |
801-825-0479 |
Bronze |
Dobil Laboratories, Inc. |
Don Rosenberger |
412-782-3399 |
412-781-2907 |
Bronze |
Doyle Electric Inc |
Tom McMakin |
509-529-2500 |
509-525-6865 |
Bronze |
DTel Telecommunications, Inc. |
Charlie Peninger Jr |
704-867-4507 |
704-867-1878 |
Bronze |
E Ritter Telephone Co. |
Robert Mouser |
870-358-2200 |
870-358-4190 |
Bronze |
El Paso Telephone Co |
Linda Morris |
309-527-4500 |
309-527-3330 |
Bronze |
Elko County School District |
Steven M Bowers |
775-738-5857 |
775-738-5857 |
Bronze |
Endex of Oklahoma |
Keith Jones |
405-787-3917 |
405-787-3625 |
Bronze |
Enigmatic Systems, Inc. |
Jamie Orras |
480-894-1234 |
480-894-1235 |
Bronze |
Equity Comm |
Alan Mitchell |
410-252-6361 |
410-252-5084 |
Bronze |
Erb Electric and Communications |
Tim Lynn |
740-633-5055 |
740-633-5127 |
Bronze |
Escandido Union School District |
Ray King |
760-432-2421 |
760-743-0392 |
Bronze |
Execom, Inc. |
Don Licking |
330-733-3333 |
330-733-0806 |
Bronze |
Executech Communications, Inc. |
Ted May |
954-963-8052 |
954-963-9378 |
Bronze |
Executone of New Jersey, Inc. |
Jeff Haas x-3004 |
973-857-4440 |
973-857-4910 |
Bronze |
Executone of New Jersey, Inc. |
Jeff Haas x-3004 |
|
|
Bronze |
Executone Systems, Inc. |
D.R. Musselman II |
813-229-9331 |
813-228-8622 |
Bronze |
F & M Electric |
Fred Fell |
850-432-0860 |
850-432-3748 |
Bronze |
Farster Communications |
Leon Farster |
815-652-4228 |
815-652-4589 |
Bronze |
Fibertection Corp. |
Rodney Fox |
307-734-2638 |
307-734-2639 |
Bronze |
Findlay Telecom, LTD. |
John Olesky |
419-423-5831 |
419-423-1193 |
Bronze |
First Tel |
Mike Marqueardt |
208-676-1455 |
208-676-9255 |
Bronze |
Flat Rock Telephone |
Rox Maxwell |
618-584-3211 |
|
Bronze |
Fluker Communications |
Henry Fluker |
706-595-1311 |
706-597-1311 |
Bronze |
Forward Technology Group,Inc. |
Dennis Petitpas |
925-943-7577 |
925-943-7924 |
Bronze |
Futurecom Telecommunications, Inc. |
Rhom Smith |
479-927-9812 |
479-927-9815 |
Bronze |
Garden GroveUnified School District |
Denis Dutt |
714-663-6224 |
714-663-6785 |
Bronze |
Global Communication Solutions |
David Birko |
407-886-7300 |
407-886-9777 |
Bronze |
Gun Lake Communications |
David Pyke |
616-846-3732 |
Same # |
Bronze |
Henrico County Public Schools |
George Tate |
804-652-3892 |
804-652-3939 |
Bronze |
Hilltop Communications |
Michael Anderson |
360-435-1784 |
360-403-7832 |
Bronze |
Ideal Communications |
Joel Tassiello |
405-634-8799 |
405-634-0700 |
Bronze |
Ilink,LLC dba Mall Network Svcs |
Donn Mall x120 |
510-995-5100 |
510-995-5111 |
Bronze |
Intergrated Tech |
Alan Bresette |
480-380-2511 |
480-380-1348 |
Bronze |
J L Communications |
Virgie Sanyang |
404-349-5554 |
404-346-3707 |
Bronze |
JAMI Enterprises, Inc. |
Mike Fultz |
540-265-7670 |
540-265-7684 |
Bronze |
Jennifer's Executive Telephone |
Jennifer M Sharp |
318-688-7672 |
318-687-5439 |
Bronze |
Johnson Communications |
Mark Johnson x12 |
864-542-9595 |
864-542-9597 |
Bronze |
JS Telecom |
Jeff Fierson |
914-637-9688 |
914-235-7049 |
Bronze |
Justcom Inc. |
Brian Bennett |
847-687-3765 |
847-524-2601 |
Bronze |
Kender Communications |
Richard Kender |
317-582-1560 |
317-582-1564 |
Bronze |
Kennedy Communications |
Ted Kennedy |
949-661-6898 |
949-661-9584 |
Bronze |
Laibe Communications |
Rob Colwell |
419-531-4251 |
419-531-5809 |
Bronze |
LC Communications |
Dave Larson |
763-549-1310 |
763-549-1339 |
Bronze |
Link Voice & Data |
Derek Parker |
757-459-1819 |
757-686-1609 |
Bronze |
Livingston Telephone Co. [Tel Com Supply] |
Curt Walzel |
936-327-4309 |
936-327-0090 |
Bronze |
Lockman, Inc |
Angel Velasquez |
718-849-7956 |
718-849-7739 |
Bronze |
Lone Star Communications, Inc. |
Raymond Bailey |
972-336-0000 |
972-602-0044 |
Bronze |
Low Voltage Solutions, Inc. |
Scott Huffman |
937-498-1317 |
937-498-1897 |
Bronze |
Marshall Industries |
Clayton Marshall |
801-266-2428 |
801-268-9245 |
Bronze |
MCCT/McCumber Comm |
Elwin Macomber |
603-524-2214 |
603-524-2304 |
Bronze |
Mount Horeb Telephone Co. |
Peter Boland |
608-437-6205 |
608-437-3838 |
Bronze |
Mountain West Communications |
Jaron Payzant |
801-265-0505 |
801-263-7405 |
Bronze |
Nantze Electric Co. Inc. |
Danny Nantze |
903-832-1368 |
903-832-4973 |
Bronze |
Nationwide Telecommunications |
Chad Holzin |
661-799-9997 |
661-799-0111 |
Bronze |
New Century Communications(IA) |
Jay Armstrong |
319-232-1999 |
319-232-5209 |
Bronze |
Newport News Public Schools |
Robert Thomas |
757-881-5024 |
|
Bronze |
Norris, Inc. |
Bradford Norris |
207-883-3473 |
207-879-0540 |
Bronze |
North Star Business Systems |
Rob Roy McKinney |
303-422-2229 |
303-422-9670 |
Bronze |
North Star Communications, Inc |
Jim Dickey |
770-936-0100 |
770-936-0555 |
Bronze |
Northeast LA Telephone Co., Inc |
Angie Walker |
318-325-9999 |
318-325-9899 |
Bronze |
Northern Fire Service |
Judd |
518-783-1601 |
518-783-0751 |
Bronze |
Office Pro |
Rich Locke |
757-253-8650 |
804-253-6623 |
Bronze |
P A Thompson Engineering, Inc. |
Patrick A Thompson |
909-784-7270 |
909-784-5435 |
Bronze |
P.S.S.-Phone Systems & Service |
Patti Coffey |
810-844-0800 |
810-844-0900 |
Bronze |
Pacific Coast Sound & Comm |
Paul Vacca |
805-987-1351 |
805-987-1353 |
Bronze |
PBI Communications |
Mike Mazur |
814-453-3554 |
814-453-3678 |
Bronze |
PLA Systems/Pratt Landry Associates |
Ken Nieto |
504-821-9725 |
504-827-1020 |
Bronze |
PMH Group Inc |
Connie Sidwell |
863-299-3695 |
941-299-6215 |
Bronze |
Priority Connections/Pair Gain Communications |
Todd Burdekin |
315-698-4411 |
315-698-4488 |
Bronze |
Progressive Telephone Systems & Communications |
Steven W. Wiege |
503-665-4900 |
503-665-4830 |
Bronze |
PTG Communications, Inc. |
Rich Decker |
909-735-8140 |
909-735-8165 |
Bronze |
Quality Communications |
Greg Veile |
314-892-0400 |
314-892-7565 |
Bronze |
Radio Communcations Co.(IA) |
Felix Shumburg |
319-234-3511 |
319-233-8292 |
Bronze |
Ron McAfee & Associate (RMA) |
Ron McAfee |
918-652-8611 |
918-652-2462 |
Bronze |
San Joaquin County |
Mickey Pollack |
209-953-3512 |
209-953-3519 |
Bronze |
Searer Communications, Inc. |
Verne Searer |
574-237-0700 |
574-237-0467 |
Bronze |
Select Sound Service |
Dennis Sanford |
414-645-1600 |
414-645-2597 |
Bronze |
Sellaphonics Communications |
Joe Contole |
630-969-3328 |
630-936-2779 |
Bronze |
Silla Industries, Inc. |
Roy Park x104 |
201-678-1127 |
201-525-1886 |
Bronze |
Simpson Communications Inc. |
Rick McConnell |
814-371-4634 |
814-371-7897 |
Bronze |
SMD Telecommunications |
Elaine Lieberman |
952-929-0888 |
952-929-7970 |
Bronze |
Solano County |
Randell harger |
707-421-7915 |
707-421-7960 |
Bronze |
Sound & Communications |
Michael Baumbach |
337-237-5868 |
337-237-5898 |
Bronze |
Sound & Signal |
Dean Hulsey |
915-772-9893 |
915-778-5457 |
Bronze |
Sound and Signal, Inc. |
Ronald Morgan |
925-455-1778 |
925-455-6153 |
Bronze |
South West Communications |
Steve Long |
423-899-8531 |
423-899-8719 |
Bronze |
Southern Telecom |
David Lejeune |
985-395-3652 |
504-395-3084 |
Bronze |
Southwest Voice & Data, Inc |
Bobby Jennings |
214-366-1127 |
214-366-1186 |
Bronze |
Star Telecom, Inc. |
Jeff Hunt |
330-434-2710 |
330-434-2711 |
Bronze |
Stone Communications |
Jay Stone |
602-272-5700 |
602-272-5702 |
Bronze |
Sun River Electric Service, Inc. |
Glenn Washam |
509-627-5400 |
509-627-5454 |
Bronze |
Systems Communications |
Steve Savikas |
303-688-6191 |
303-688-5215 |
Bronze |
TBC |
Tony Barrera |
210-699-8353 |
210-699-3579 |
Bronze |
Technique Systems |
Carl Derbin |
440-237-8580 |
440-237-8621 |
Bronze |
Technologies Edge, Inc |
Rob Walser |
704-788-8426 |
704-788-8427 |
Bronze |
Tech-Time Communications |
Jim Selridge |
805-541-5358 |
661-397-0792 |
Bronze |
Tel 21 / (Century 21) |
Michael Jackson/Bill Terell |
910-346-1234 |
910-938-4562 |
Bronze |
Telecommunications Services, Inc. |
Jay Mammel x201 |
303-985-2160 |
303-985-0049 |
Bronze |
Telephone Concepts |
Drexel H. Johnson |
512-343-0075 |
512-343-7837 |
Bronze |
Tel-Rad Inc |
Paul Furla |
860-236-2388 |
860-232-0434 |
Bronze |
Tel-Tech Communcation System, Inc. |
Clark Samaniego |
954-427-2882 |
954-571-7950 |
Bronze |
The Hayes Group |
Grant Hayes |
254-848-4422 |
254-848-4423 |
Bronze |
The Phone Booth |
Mark Daniel |
662-286-6600 |
662-286-8102 |
Bronze |
Tole Tel Communications |
Linda Tole |
219-923-7083 |
219-923-6891 |
Bronze |
Tone Communications |
Jane Muter |
619-463-1162 |
619-390-7618 |
Bronze |
Torrence Sound Equipment |
John Spancer |
419-666-0676 |
419-666-7335 |
Bronze |
Triad Regional Communications |
James Killian |
336-462-6589 |
336-785-8542 |
Bronze |
Tri-Phase Electric |
Craig Stephens |
801-756-6008 |
801-756-6233 |
Bronze |
United Communications |
Donald Knapp |
304-727-5200 |
304-272-5720 |
Bronze |
United Communications of RI |
Mike Gassboro |
401-946-3700 |
401--946--3999 |
Bronze |
United Infratek, Inc |
Jeff Denney |
800-344-3381 |
866-329-6215 |
Bronze |
Western Telecommunications, Inc. |
Frank Treadaway |
817-441-7890 |
817-560-2433 |
Bronze |
Wisdom Phone Installations |
Alan Wisdom x100 |
818-891-4270 |
818-891-0365 |
ACP/Alltel Distributor Famous Telephone Supply
One Alltel Center P.O. Box 28577
13560 Morris Road Akron, Ohio 44319
P.O. Box 1622 POC: Bruce Raff
Alpharetta, Georgia 30009-1622 Phone: (330) 896-8881
Phone: (678) 351-8431
Graybar Electric Co. Inc. Sprint-North Supply
P.O. Box 78099 600 New Century Parkway
St. Louis, Missouri 63178 New Century, Kansas 66031-8000
POC: Bob Weiland POC: Rob Gulotta
Phone: (314) 512-9356 Phone: (913) 791-7638
Target Distributing
19560 Amaranth Drive
Germantown, Maryland 20874
POC: Dave Sherman
Phone: (301) 296-9400