Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2003 FBO #0552
SOURCES SOUGHT

D -- Seat Management Pilot A-76 Competive Sourcing

Notice Date
6/2/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
Reference-Number-TIRNO-A76-SeatManagement
 
Response Due
6/17/2003
 
Archive Date
7/2/2003
 
Point of Contact
Donna Jenkins, Contract Specialist, Phone 202-283-1404, Fax 202-283-1437, - Brian Neiheisel, Contracting Officer, Phone 202-283-1416, Fax 202-283-1437,
 
E-Mail Address
Donna.M.Jenkins@irs.gov, brian.f.neiheisel@irs.gov
 
Description
The Internal Revenue Service (IRS) is seeking sources for a Seat Management Services A-76 Competitive Sourcing Study. This pilot program presents a variety of service environments, including locations with a high concentration of customers and few mobile users and other locations which will require the majority of support for mobile and off site customers. The service delivery timeframes will depend on the priority of the trouble ticket as listed out in the Corporate Problem Solving Guide IRM.2.14.2 (see below listed web site for specific details). The web will also provide a description of the customer segments, required support hours, as well as the location of those customers. This is not an end-to-end effort. The service provider shall provide support for approximately 15,000 seats in the service area (35% of the seats have laptops and 65% of the seats have desktops). At present approximately 40% of the total computer stock is 400 MHz or below, but will decline as equipment is refreshed. Services include desktop support, asset management, applications touchpoint (warm hand off from Help Desk to subject matter experts for application support), performance evaluation, and establishment and staffing of a help desk. Desktop hardware includes, desktops, laptops, docking stations, monitors, printers and other desktop peripherals (e.g., scanners, zip drives, desktop video camera). Support will also include the non-LAN/Server functions for security operations, database management/administration and configuration management. Service Provider must have the potential to compete in a potential follow competition for providing seat management services for all IRS locations, which is approximately an additional 100,000 seats. Desktop Support: Desktop support comprises performance of technical activities for client computers and peripherals including desk-side support and problem resolution, user administration(moves, adds and changes to users), operating system support, maintenance labor, software deployment, hardware configuration/re-configuration, hardware deployment, and seat management support for hardware and software. Software support includes supporting IRS Common Operating Environment (COE) which includes but is not limited to the most current version of: Adobe Acrobat, Advance Checker, Attachmate Infoconnect Millennium II, Exceed, Interix, Internet Explorer, Windows media Player, Microsoft Office, Access, Binder Outlook, Excel Photo Editor, Publisher ,and Snapshot Viewer. Asset management: The service provider will be responsible for recording acquisitions, deletions, moves, and changes of IT components including asset identification and tracking, asset database management, change recording, and reconciliation. Help Desk: Help Desk requirements include applications touchpoint, the screening of tickets and calls, diagnosis of customer problem and problem resolution. Problem resolution may include assignment to service provider or utilization of other assets such as warranty or maintenance contracts. Other considerations: This pilot effort spans three IRS territories (geographically centered around Detroit, Kansas City and Chicago). The territories are comprised of approximately 200 office locations located 16 states. There are mobile users in each of the 200 office locations. The web site referenced below will provide the office locations. The tax-processing mission will require a service provider to have the ability to adapt to cyclical (surge) workload situations. For the Service Center, during the filing season, the number of seats could increase by approximately 2000. For all other surge activities the number of desktops would not necessarily increase but the service delivery standard for providing support would be elevated and hours of support will increase. The objective of this RFI is to obtain capabilities statements, based upon the requirements outlined above, from all (large and small) businesses interested in this opportunity. Contractors should identify any information they consider to be sensitive or proprietary. Responses will assist the Government in determining whether to set-aside, restrict competition in some way or solicit offers from all responsible sources. Identify your interest in either being a Prime or Subcontractor for this requirement. Should the procurement be set-aside for small business, FAR clause 52.219-14 ?Limitations on Subcontracting ? (DEC 1996) will apply. A small businesses interested in bidding as a prime contractor under a set-aside program must provide sufficient information to demonstrate that compliance with this requirement can be met. All interested businesses are hereby invited to submit a capabilities statement of no more than ten pages (not including past performance information) to demonstrate their ability to provide the services outlined above. The capabilities statement should be tailored to this request and identify the source?s capabilities to complete the requirements listed above, including information on key staff experience and a description of corporate experience with similar projects of like size and complexity, including the number of seats per location where the service was provided, and present and past performance information. For each reference listed include the name of a contact person, telephone number and e-mail address. In addition to addressing the requirements listed above respondents must provide information concerning gross revenue, number of employees in company, number of years in existence and primary focus of business. All employees need to be able to pass the IRS Minimum Background Investigation (MBI) requirements. In order for the IRS to assess acquisition strategy and set-aside possibilities, interested parties shall also include a cover letter that includes company name, points of contact, telephone numbers, fax numbers, e-mail addresses, prime or sub-contractor interest, and identifies the company as one or more of the following: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; (6) veteran-owned small business; (7) service-disabled veteran-owned small business, or (8) large business. Please note: This Sources Sought is not a Request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately to award a contract on the basis of this Sources Sought or otherwise pay for the information solicited. Response to the request will not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. Address responses to: Internal Revenue Service, Tax Processing Systems Branch, A:P:I:S, Attn: Ms Donna M. Jenkins, 6009 Oxon Hill Road, Oxon Hill, MD 20745, or submit electronically to awss.seatmgmtpilot@irs.gov. All responses to this Sources Sought must be received by 4:00 P.M. EST on Monday June 17, 2003. Point of contact is Ms. Donna M. Jenkins, Contracting Officer (202) 283-1416 or Donna.M.Jenkins@irs.gov. E-mail responses requiring more than 5megabytes of memory must be sent as separate files. Offerors are encouraged to check the IRS website at http://www.procurement.irs.treas.gov/a76seatmgmt/index.htm on a regular basis as all information concerning the above action will be posted there.
 
Record
SN00337944-W 20030604/030602213524 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.