Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOLICITATION NOTICE

70--70 -- Call Center Relocation

Notice Date
4/6/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, (648/P4CONT), 3710 SW Veterans Hospital Road, Box 1034, Portland, Oregon 97201
 
ZIP Code
97201
 
Solicitation Number
648-2767-0005
 
Response Due
4/20/2006
 
Archive Date
5/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 2767-0005, in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08 effective January 05, 2006. The North American Industrial Classification System (NAICS) number is 541519 and the business size standard is $23.0 million. This acquisition is advertised as a Small Business Set Aside (SBSA). Offers from companies other than Small Businesses will not be considered. </P> <UL> <LI> LINE ITEM 0001 ACD hardware 1 Each $ ________ Total $ _______ <LI> LINE ITEM 0002 ACD software 1 Each $ _______ Total $ _________ <LI> LINE ITEM 0003 Ethernet cable kit 1 Each $ _______ Total $ _________ <LI> LINE ITEM 0004 Global Navigator client licenses 5 Each $ _______ Total $ _________ <LI> LINE ITEM 0005 Maintenance Administration Terminal (MAT) software upgrade 1 Each $ _______ Total $ __________ <LI> LINE ITEM 0006 PH-PC27 ACD IO functions card 1 Each $ ________ <LI> LINE ITEM 0007 Miscellaneous Equipment Install & Labor/Services Costs (see statement of work) 1 Each $ ________ Total $ _______ <LI> TOTAL PRICE $ ____________ </UL> STATEMENT OF WORK (SOW) FOR PORTLAND VA MEDICAL CENTER CALL CENTER RELOCATION </P> <UL> <LI>De-install GNAV and QueWorx from Vancouver IMX and move to Portland IMX <LI>De-program ACD agents, Splits, etc from Portland IMX <LI>De-program associated stations and move available circuit cards from Vancouver IMX to Portland IMX site <LI>Upgrade Portland IMX configuration to add ACD <LI>Install all associated circuit cards and wiring for ACD to Portland IMX <LI>Install GNAV and QueWorx at Portland IMX site. <LI>Program ACD agents, splits, etc at Portland IMX site. <LI>Install and program GNAV Supervisors at Portland IMS site <LI>Program all stations and trunks associated with ACD <LI>Program routing for ACD splits <LI>Test ACD, GNAV, and QueWorx functions <LI>Train 40 agents and 10 supervisors on ACD </UL> <TT><P ALIGN=CENTER></TT> Function of the requested hardware/software/service(s): </P> Hardware and services required to move the Call Center operations from Vancouver to Portland <OL> <LI>The call center uses a combination of products to manger callers and to ensure that all calls are processed: <LI>Automated Caller Distribution (ACD) is the heart of the Call Center system and is used to route callers to the next available person. ACD keeps track of which Call Center Staff are logged in and which of those are available. ACD also provides the queue for callers waiting for their call to be answered. <LI> <LI>QWorX is a product that provides advanced caller queue management. QWorx gives callers the option to leave a call back number if they do not want to wait on the phone. QWorX also gives callers information about their position within the queue and an estimate of how long it will be before their call is answered. <LI> <LI>Global Navigator provides reporting functions that is used to provide feedback for the Call Center workload and the level of customer care that is provided. <LI> <LI>To support decentralization these services must be provided at the Portland Campus. </OL> Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors?Commercial Items. FAR 52.212-1 is supplemented with the following addenda: ?Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address and telephone number of the offeror, unit price, an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, and acknowledgement of any solicitation amendments.</P> The provision at 52.212-2, Evaluation?Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass or fail basis to determine whether the proposed services meet the requirements outlined in the SOW. If an offeror cannot comply with every requirement, that offer will not be technically acceptable. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so.</P> The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items. This Contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov.</P> The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 13, 14, 15, 16, 17, 18, 19, 20, 31 and (c) 1, 2, 3, and 4. Wage Determination number 94-2441 revision 25 dated 5/23/2005 is hereby incorporated into this solicitation. Quotes must be received NLT 1:00 PM Pacific Daylight Time 19 April 2006, at Department of Veterans Affairs, Portland VA Medical Center, 1601 E. Fourth Plain Blvd., Contracting Division (V4CONT), Vancouver, WA 98662. Offers received after this date and time will be considered late in accordance with FAR 52.212-1(f) and will not be evaluated. Faxed quotations will be accepted. Electronic quotations will NOT be accepted.</P> All questions must be submitted in writing to Bethany Ireton, Purchasing Agent via email at bethany.ireton@va.gov or to the Contracting Officer via email to Guinevere.peterson@med.va.gov or by fax at (360)905-1797. </P>
 
Record
SN01022010-W 20060408/060406220541 (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.