Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SOURCES SOUGHT

R -- Call Center Support Services

Notice Date
7/26/2005
 
Notice Type
Sources Sought
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, DC, 20510-7207
 
ZIP Code
20510-7207
 
Solicitation Number
Reference-Number-SSN-2005-S-082
 
Response Due
8/9/2005
 
Archive Date
8/10/2005
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY TO PRE-QUALIFY VENDORS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME AND THIS IS NOT A FORMAL REQUEST FOR PROPOSAL. The United States Senate Sergeant at Arms is seeking information on Call Center support services, following a catastrophic event impacting the National Capitol Region (NCR). The SAA invites all qualified sources to respond to this sources sought notice. In order to be considered for the pre-qualification process, all interested parties must submit information that addresses the items listed in the Requirements and Instructions sections of this document. Requirements: (1) Experience: The vendor must demonstrate their experience, within the last five years, in rapidly standing up and manning a Call Center in order to provide an informational and mental health response to individuals and family members affected by a medium to large-scale emergency. The vendor must have demonstrated ability to: a) quickly establish Call Center services; b) maintain those services for an extended period of time; c) staff the Call Center with trained mental health professionals who are able to deal with the complex needs of distraught and grieving callers; d) provide a dedicated number in advance of a disaster, to which a toll-free, publicized number could be directed. An hourly call capacity of over 3,000 is required, and the ability to augment these phone services with a website; e) provide a system to input, remotely access, and maintain data received via phone calls; and f) provide translation capabilities and the ability to receive international calls. (2) Past Performance: The vendor must provide three past performance references relevant to requirements a) through f) above along with complete and current contact information ( customer name, project name/contract number, address, contact name, phone number and email) for five past customers; the Senate will check references as necessary to evaluate past performance. Both experience and past performance will be evaluated on the basis of its breadth and depth, its similarity to the Senate project as well as the satisfaction of clients and overall quality of services represented by the projects described. (3) Staffing: With the exception of those individuals performing translation services, the staff assigned to this project must be United States citizens. All staff must have specialized training in mental health. Because staff will be handling personal data from incoming callers, a criminal background check shall be required for each operator. Instructions: Responses to this sources sought request are due to the POC no later than August 9, 2005 at 12:00 Noon EDT and shall be submitted electronically via email only to the attention of Kathleen M. Haddow at acquisitions@saa.senate.gov. No other method of transmittal will be accepted. The response shall not exceed fifteen (15) pages. Pages over the page limitation will be discarded. The subject line of the email message shall be 2005-S-082 Call Center Support Services. Access to information in any files attached to the response is the responsibility of the submitting party. The SAA is not responsible for any failure to access information. The information supplied in response to this sources sought notice will be used to pre-qualify firms that will be invited to submit proposals. Firms responding to this sources sought notice and deemed qualified by the SAA will be placed on a solicitation mailing list. Only pre-qualified firms will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation in August 2005. The Senate or the SAA will not be responsible for any costs for the preparation of responses to this announcement. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT ANNOUNCEMENT AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR U.S. SENATE. TELEPHONE OR E-MAIL QUESTIONS OR REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Senate.
 
Place of Performance
Address: Washington, DC
Zip Code: 20510
Country: USA
 
Record
SN00855314-W 20050728/050726213026 (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  © 1994-2020, Loren Data Corp.