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.

 

SIN 132-8 PURCHASE OF EQUIPMENT

FSC Class 7042 ‑ MINI AND MICRO COMPUTER CONTROL DEVICES

Telephone Answering and Voice Messaging Systems

FSC Class 5805 - TELEPHONE AND TELEGRAPH EQUIPMENT

Telephone Equipment

SIN 132-12 - MAINTENANCE OF EQUIPMENT, REPAIR SERVICE, AND REPAIR PARTS/SPARE PARTS (FPDS Code J070 - Maintenance and Repair Service) (Repair Parts/Spare Parts - See FSC Class for basic equipment)

 

 

 

VODAVI COMMUNICATIONS SYSTEMS, INC.

4717 East Hilton Avenue, Suite #400

Phoenix, Arizona 85034-6402

Phone: (480) 443-6000

Fax: (480) 998-2469

www.vodavi.com

 

 

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

5. FOB DESTINATION

6. DELIVERY SCHEDULE

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

10. SMALL REQUIREMENTS

11. MAXIMUM ORDER (All dollar amounts are exclusive of any discount for prompt payment.)

12. USE OF FEDERAL SUPPLY SERVICE INFORMATION TECHNOLOGY SCHEDULE CONTRACTS. In accordance with FAR 8.404:

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

16. GSA Advantage!

17. PURCHASE OF OPEN MARKET ITEMS

18. CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS

19. OVERSEAS ACTIVITIES

20. BLANKET PURCHASE AGREEMENTS (BPAs)

21. CONTRACTOR TEAM ARRANGEMENTS

22. INSTALLATION, DEINSTALLATION, REINSTALLATION

23. SECTION 508 COMPLIANCE

24. PRIME CONTRACTOR ORDERING FROM FEDERAL SUPPLY SCHEDULES

25. INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997)(FAR 52.228-5)

TERMS AND CONDITIONS APPLICABLE TO PURCHASE OF GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY EQUIPMENT (SPECIAL ITEM NUMBER 132-8)

VODAVI COMMUNICATIONS SYSTEMS, INC. AUTHORIZED GSA SCHEDULE CONTRACT PRICING

TERMS AND CONDITIONS APPLICABLE TO MAINTENANCE, REPAIR SERVICE AND REPAIR PARTS/SPARE PARTS FOR GOVERNMENT-OWNED GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY EQUIPMENT (AFTER EXPIRATION OF GUARANTEE/WARRANTY PROVISIONS AND/OR WHEN REQUIRED SERVICE IS NOT COVERED BY GUARANTEE/WARRANTY PROVISIONS) AND FOR LEASED EQUIPMENT (SPECIAL ITEM NUMBER 132-12)

COMMITMENT TO PROMOTE SMALL BUSINESS PARTICIPATION PROCUREMENT PROGRAMS

BLANKET PURCHASE AGREEMENT (BPA)

BPA FORMAT GUIDELINES

BASIC GUIDELINES FOR USING

CONTRACTOR TEAM ARRANGEMENTS

VODAVI COMMUNICATIONS SYSTEMS, INC. AUTHORIZED DEALERS

VODAVI COMMUNICATIONS SYSTEMS, INC. AUTHORIZED DISTRIBUTORS

 

 

 

 

 

INFORMATION FOR ORDERING OFFICES
APPLICABLE TO ALL SPECIAL ITEM NUMBERS

 

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.

 

1. GEOGRAPHIC SCOPE OF CONTRACT

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.

 

2. CONTRACTOR'S ORDERING ADDRESS AND PAYMENT INFORMATION

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.

 

3. LIABILITY FOR INJURY OR DAMAGE

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.

 

5. FOB DESTINATION

 

6. DELIVERY SCHEDULE

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.

 

7. DISCOUNTS: Prices shown are NET Prices; Basic Discounts have been deducted.

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

 

8. TRADE AGREEMENTS ACT OF 1979, AS AMENDED

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.

 

9. STATEMENT CONCERNING AVAILABILITY OF EXPORT PACKING

Export packing is available at extra cost outside the scope of this contract.

 

10. SMALL REQUIREMENTS

The minimum dollar value of orders to be issued is $100.00

 

11. MAXIMUM ORDER (All dollar amounts are exclusive of any discount for prompt payment.)

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

12. USE OF FEDERAL SUPPLY SERVICE INFORMATION TECHNOLOGY SCHEDULE CONTRACTS. In accordance with FAR 8.404:

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.

 

13. FEDERAL INFORMATION TECHNOLOGY/TELECOMMUNICATION STANDARDS REQUIREMENTS

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.

 

13.1 FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATIONS (FIPS PUBS)

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.

 

13.2 FEDERAL TELECOMMUNICATION STANDARDS (FED-STDS)

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.

 

14. CONTRACTOR TASKS / SPECIAL REQUIREMENTS (C-FSS-370) (NOV 2001) FSS A/L FC 01-5

(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.

 

15. CONTRACT ADMINISTRATION FOR ORDERING OFFICES

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.)

 

16. GSA Advantage!

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/.

 

17. PURCHASE OF OPEN MARKET ITEMS

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.

 

18. CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS

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.

 

19. OVERSEAS ACTIVITIES

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.

 

20. BLANKET PURCHASE AGREEMENTS (BPAs)

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.

 

21. CONTRACTOR TEAM ARRANGEMENTS

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.

 

22. 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.

 

23. SECTION 508 COMPLIANCE

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/.

 

24. PRIME CONTRACTOR ORDERING FROM FEDERAL SUPPLY SCHEDULES

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.

 

25. INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997)(FAR 52.228-5)28.310

(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.

 

 


 

TERMS AND CONDITIONS APPLICABLE TO PURCHASE OF
GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY EQUIPMENT
(SPECIAL ITEM NUMBER 132-8)

 

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).

 

 

 

 

 

VODAVI COMMUNICATIONS SYSTEMS, INC.
AUTHORIZED GSA SCHEDULE CONTRACT PRICING



 

 

 

 

 

 

 

TERMS AND CONDITIONS APPLICABLE TO MAINTENANCE, REPAIR
SERVICE AND REPAIR PARTS/SPARE PARTS FOR GOVERNMENT-OWNED
GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY
EQUIPMENT (AFTER EXPIRATION OF GUARANTEE/WARRANTY
PROVISIONS AND/OR WHEN REQUIRED SERVICE IS NOT COVERED
BY GUARANTEE/WARRANTY PROVISIONS) AND FOR LEASED EQUIPMENT
(SPECIAL ITEM NUMBER 132-12)

 

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.

 

 

 

 

 

 

COMMITMENT TO PROMOTE
SMALL BUSINESS PARTICIPATION
PROCUREMENT PROGRAMS

 

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

 

 

 

 

BLANKET PURCHASE AGREEMENT (BPA)

 

 

**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 FORMAT GUIDELINES

 

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.

 


 

 

 

BASIC GUIDELINES FOR USING

CONTRACTOR TEAM ARRANGEMENTS

 

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.


 

 

 

 

VODAVI COMMUNICATIONS SYSTEMS, INC.
AUTHORIZED DEALERS

 

 

 

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
Victor 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

 

 

 

 

VODAVI COMMUNICATIONS SYSTEMS, INC.
AUTHORIZED DISTRIBUTORS

 

 

 

 

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