Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOURCES SOUGHT

D -- Federal Relay Service-Video Relay Service

Notice Date
2/16/2006
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Center for Contract Management & Administration (TQN2), 10300 Eaton Place, Fairfax, VA, 22030
 
ZIP Code
22030
 
Solicitation Number
TQN-JTC-06-0002
 
Response Due
3/3/2006
 
Archive Date
3/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is not a solicitation announcement. This is a sources sought synopsis for Small, Small Disadvantaged, Women-Owned, Hub-Zone and Service disabled Veterans-Owned Small Business concerns only. This sources sought synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. GSA/FAS have a requirement to replace existing Federal Relay Service contract, Video Relay Service (VRS). GSA/FAS is seeking Small, Small Disadvantaged, Women-Owned, Hubzone and Service Disabled Veteran-Owned Small Business concerns that can provide the following Video Relay Services. VRS is a form of Telecommunications Relay Service (TRS) that enables persons who have hearing disabilities and use American Sign Language (ASL) to communicate with voice telephone users through video equipment, rather than through typed text. Video equipment links the VRS user with a TRS operator-called a ?Video Interpreter? (VI), so that the VRS user and the VI can see and communicate with each other in signed conversation. The Government seeks companies that can provide end-to-end, proven commercially available, high speed IP Video Relay Services (VRS) and innovative TRS solutions to Federal Government agencies nationwide. Contractor shall provide and operate VRS services twenty four hours a day, seven days a week (24/7), and 365 days a year. Contractor shall provide high-speed internet access, not limited to PC users, D-link, ISDN, VCO, HCO and hearing callers using the service. Contractor shall provide VRS services for domestic and non-domestic locations. Domestic locations are those within the fifty United States, the District of Columbia, Puerto Rico, the U.S. Virgin Islands, Alaska, Guam and the Northern Marianas. All other locations are defined as non-domestic for the purpose of this effort. Any long distance service shall be acquired from the Federal Government through GSA?s Federal Technology Service (FTS) contracts including Networx, FTS2001 contracts, the Metropolitan Area Acquisition (MAA) contracts, or any subsequent FAS contracts. Contractor shall provide highly skilled Video Interpreters that are nationally certified in American Sign Language (ASL) to facilitate calls and ensure confidentiality. Contractor shall provide English Video Interpreters and Spanish Video Interpreters as needed. Contractor shall market VRS services to Federal Government agencies nationwide and provide customer support. Contractor shall provide a full time technical support team to resolve any IP address or security, and firewall issues. Contractor should be aware that some Federal agencies have unique security and firewall requirements that may require innovative customized solutions. The contractor shall comply with OMB Circular A-130, the Federal Information Systems Management Act (FISMA) and Federal Information Processing Standard (FIPS 199), for Security Certification and Accreditation of Federal Information Systems. Contractor shall support the Government in its compliance with Section 508 standards. The contractor shall provide engineering, design, installation, and implementation support as required by agencies to access VRS. Contractor shall provide software and all equipment for users to access VRS. Contractor shall answer 80 percent of all VRS calls within 150 seconds. The contractor shall operate and maintain an ordering and billing system with reports generation capabilities. The contractor shall provide telecommunications and site facilities, personnel and equipment as required to meet the workload requirements of this effort. The contractor shall provide toll-free access numbers for customer support, technical support and all VRS services for both voice and TTY users. The contractor shall provide work site redundancy features that will ensure continuity of service to include but not limited to network failure, uninterruptible power, battery backup, standby central processing unit (CPU), administrative/maintenance terminals, and other service interruptions. The contractor shall ensure that the VRS remains operational in the event of a power outage or other outage. In the event of a power or other outage, telecommunications and ADP equipment shall remain operational at work site facilities to ensure Video Interpreters can continue working. The contractor shall maintain fully redundant VRS capabilities as a backup in the event of a service failure or a natural disaster. The contractor shall provide a full time outreach liaison to promote VRS awareness, through the application of creative and innovative outreach. This would include direct interaction with Government agencies, field offices, and participation in Federal Government conferences nationwide with hearing managers, deaf, hard of hearing and/or speech disabled individuals and communities. Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, Hub Zone or Service Disabled Veteran-Owned Small Business concern under NAICS Code 517110 with a size standard of $12.5 M. The proposed period of performance for this acquisition will be for a base period of two years with three one-year options. The term ?Contractor? includes contractor personnel, subcontractors, and consultants. All contractor personnel shall be considered procurement officials and will be subject to the provisions of Section 17 of the Office of Federal Procurement Policy Act (41.U.S.C.423). Interested contractors are invited to identify their interest and technical capabilities to respond to the requirements within 10 working days. Responses are due to the address specified in this Sources Sought Notice by midnight on March 3, 2006. Companies are required to provide 2 copies of their Capability Statement. Capabilities statements must address relevant experience, existing offerings and past performance. They must also indicate the contractor?s capability to perform the proposed services identified above. Capability Statements are to be limited to 10 pages (minimum font size 10) and 10 pages of figures and tables. Brochures alone are not sufficient documentation for demonstration of capabilities, conflict free credentials, and unbiased status. Responses will not be returned. This notice of intent is not a request for competitive proposals and will not result in a contract award. Send written responses to Mr. Rodger Hoover, U.S. General Services Administration, Federal Acquisition Service, Center for Contract Management and Administration (TQN3), 10300 Eaton Place (Room 558), Fairfax, VA 22030-2213. No collect calls or telephone inquiries will be accepted. This is a sources sought synopsis. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedbizOpps. It is the potential offeror?s responsibility to monitor this site for the release of any solicitation. Responses to this sources sought synopsis will not be adequate responses to the solicitation announcement.
 
Place of Performance
Address: CONUS and OCONUS
 
Record
SN00990005-W 20060218/060216213342 (fbodaily.com)
 
Source
FedBizOpps 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.