Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

70 -- Call Center Software and Support

Notice Date
9/8/2008
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-08-1045957
 
Response Due
9/11/2008 4:00:00 PM
 
Archive Date
9/26/2008
 
Point of Contact
Rafael Taylor,, Phone: 301-827-7169, Jody L. O'Kash,, Phone: 301-827-5094
 
E-Mail Address
Rafael.Taylor@fda.hhs.gov, Jody.O'Kash@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. (ii) This is solicitation number FDA-SOL-08-1045957 and this solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This is a full and open competition purchase. (iv) The NAICS code is 541519. The size standard $25M for small businesses interested. (v) The following is a list of Brand Name, part number(s), description of items, quantities, and units of measure: ORACLE CCA software V.7 or EQUAL, along with installation, testing, knowledge transfer and maintenance support of the software for 1 year. (vi) DESCRIPTION OF REQUIREMENTS: STATEMENT OF WORK: Over the last three months, FDA has been actively recruiting biologists, chemists, microbiologists, consumer safety officers, medical officers, mathematical statisticians, epidemiologists, pharmacologists and pharmacists to fill over 1300 mission-critical positions by the end of the year as part of our Hiring Surge. We are currently at 50 percent of the hiring goal, with over 600 positions filled. With a little more than 3 months remaining in the fiscal year, the projection is that 75 new employees need to be hired and on board for the remaining 8 pay periods to meet our goal. There has been a tremendous response to the recruitment bulletins and vacancy announcements with as many as 12,000 applicants responding to the Consumer Safety Officer position alone. The current version of CCA is no longer supported, the third party software is no longer certified, upgrading to version 7 will allow the CCA software to continue functioning and be supported, while a full SOW is developed to upgrade to the most current version, add additional licenses and upgrade the hardware. Provide ORACLE CCA software V.7 or equal with the following salient characteristics: Must have flexible deployment options that enable central or distributed network configurations; Must support Voice Over IP (H.323 and SIP), traditional TDM circuits, or both, providing an IP migration path; Must be able to be deployed as a corporate hosted solution for multi-site operations or as an on-premise single-site solution that provides built-in switching; Must work with a wide variety of third-party public branch exchanges (PBXs); Must have the ability to deploy centralized contact center technologies on a “single system” infrastructure shared by all locations, regardless of geographic location; Must be able to enable geographically dispersed sites and/or independent business units to realize productivity, efficiency, and cost benefits by sharing hardware, software, and voice networks to support global operations while retaining total autonomy for those sites or groups of sites that require it; Must provide real-time adaptability to allow for changing needs. (i.e. allow demand-driven business processes to be modified on-the-fly, enabling immediate optimization of resources and application performance; Must support: FTP and format conversion for quality recordings, Licensing and host management, Unified messaging, SNMP connectivity, The media management processes for chat, email and voice calls, Scheduling business hours and holidays, Outbound list based dialing, Generation and storage of statistics, Identification and assignment of open call handling resources, and communications with the systems Session Servers. For Installation, testing and knowledge transfer: Contractor shall insure all parts of the application are functioning in the customer premise. As an outcome of this activity, a detailed unit test plan shall be provided by the contractor. A load test will be conducted; this will insure system capacity in both the normal and automatic operation. An extended number of automatic calls will be generated at the same time as normal calls. As an outcome of this activity a report on the number of transaction will be provided by the contractor through Standard CCA reports. UAT (User Acceptance Testing). Each defined feature to be implemented will be tested by the User with Consultants to verify and sign off on the deployed functionality. (vii) Delivery of the product will be FOB destination. The contractor shall deliver the product to 5600 Fishers Lane, Rockville, MD 20857 no later than fourteen days after receipt of an award. Performance period will be should (viii) The provision at 52.212-1, Instructions to Offerors (APR 2008) -- Commercial, applies to this acquisition and is available at website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/12.htm#P257_45709. (ix) The provision at 52.212-1, Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will offer the best value to the Government. This is a competitive best value source selection in which the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to make award to the lowest priced technically acceptable offeror. Contractors shall furnish as part of their quotation all descriptive material necessary for the government to determine whether their service meets the technical requirements. Proposals will be considered “Acceptable” if they meet the minimum essential salient characteristics or “Unacceptable” if they do not. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. 2) Price. Price is of less importance than technical capabilities. Award will not be automatically made on the basis of the highest technical merit. However price may become an important factor as the degree of equality between technical proposals becomes closer. The Government intends to issue one firm fixed award for this requirement. The Government reserves the right to make award without discussions. (x) Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (JUN 2003). This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor’s online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUNE 2007), applies to this acquisition as well as the following clauses cited therein: 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (Alternate I OCT 1995), 52.222-3, Convict Labor (JUN 2003)(EO 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JAN 2006)(EO13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007)(EO11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006)(38 USC 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 USC 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans52.222-50, Combat Trafficking in Persons (AUG 2007), 52.232-33 (OCT 2003) Payment by Electronic Funds Transfer - Central Contractor Registration, 52.225-1 Buy American Act---Supplies (JUN 2003), 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006), 52.239-1 Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). Full text of clauses and provisions can be accessed at www.arnet.gov/far. (xiii) In order to comply with Section 508 of the Rehabilitation Act, the Government asks vendors to complete a Voluntary Product Accessibility Template (VPAT) and submit it with their quote. The technical standards applicable to this requirement are: 1194.21 Software Applications and Operating Systems (a,b,c,d,e,f,g,h,i,j,l ), 1194.22 Web-based Intranet and Internet Information and Applications, and 1194.31 Functional Performance Criteria (a,b,c,d,e,f). The 508 technical standards are available at http://www.section508.gov/. All questions must be submitted in writing to Rafael.taylor@fda.hhs.gov or Jody.O’Kash@fda.hhs.gov no later than Tuesday, September 2, 2008 at 1pm EST. Answers to all questions will be posted as an amendment to the solicitation. Proposals, Technical proposals, and VPAT may be submitted electronically at Rafael.taylor@fda.hhs.gov and/or Jody.O'Kash@fda.hhs.gov no later than Wednesday, September 3, 2008 at 4pm EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8f07b64e95e5eb4c544fb5cf590444e7&tab=core&_cview=1)
 
Place of Performance
Address: 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN01662427-W 20080910/080908215920-8f07b64e95e5eb4c544fb5cf590444e7 (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.