Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

R -- CONSULTING SERVICES

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer & Administrative Services, Acquisition Services Division, 1801 L Street, NW, 6th Floor, Washington, DC, 20507, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ07-0131
 
Response Due
7/26/2007
 
Archive Date
8/8/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented, with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-18, effective on June 30, 2007. This announcement is considered an unrestricted procurement. The NAICS Code is 541611. This solicitation is being issued as a Request for Quotation (RFQ No. 07-0131), and is in accordance with Federal Acquisition Regulation (FAR) Part 12.6, Acquisition of Commercial Items and Subpart 13.5, Test Program for Certain Commercial Items. The EEOC contemplates the award of a Firm-Fixed price type contract for Consulting Services. Period of performance will be 12 months from date of award. Background: The EEOC contracted for a National Contact Center with Vangent, Inc (formerly NCS Pearson). The center is located in Lawrence, Kansas and handles an estimated 850,000 calls annually 298,000 IVR, 552,000 CSR). The center has been in operation for two and one-half years after a six month startup period. The contact center employs approximately 50 full time customer service representatives. Objective: CLIN 0001 Consulting Services $___________ : The consultant will complete a study of alternatives to the NCC contract which meets the following objectives: layout three concepts of operational options to the current NCC contract covering both the business and technical components while utilizing industry best practices; provide detailed staffing, space and equipment/software/telecommunication costs (non-recurring and recurring) for a five year life-cycle; propose both a business and technical migration path for each option and make a recommendation supported by a technical and budget business case. The Government believes, based on the current office locations, the three options to be studied should be: (1) a decentralized model with staffing/technology at our fifteen District Offices; (2) a time zone (follow the sun) model with staffing/technology at three locations; and (3) a centralized model at one location. In all cases federal employees will be used to staff the operations in Government leased space (federal or commercial) and with Government furnished or leased equipment. Suggestions will be considered. Deliverable: The contractor is required to deliver to EEOC a draft report within 45 days from the award date of the contract with the final deliverable due within 60 days after contract award. CLIN 0002. Advisory and Assistance $________: As an option, the contractor may provide advice and assistance in developing and implementing an in-house call center based on the option selected by the Commission. GSA schedule holders are encouraged to submit a quotation. All interested parties shall submit a quotation to be considered. Your quotation in response to RFQ 07-0131 is due July 26, 2007, 12:00 Noon, (Washington, DC local Time). Submission must be sent to the following mailing address: U.S. Equal Employment Opportunity Commission, Acquisitions Services Division, 1801 L Street, N.W., Room 6234, Washington, D.C. 20507 Attn: Caroline A. Fowler; Contracting Officer. A quotation submitted electronically, (via e-mail) to caroline.fowler@eeoc.gov, will be accepted. Questions regarding this request for quotation should be submitted to Caroline A. Fowler, Contracting Officer, via e-mail at caroline.fowler@eeoc.gov, with a cc: to Anthony Price, Alternate Contracting Officer at: anthony.price@eeoc.gov. Telephone inquiries or responses are not acceptable. The deadline for submission of questions regarding RFQ No. 07-0131 is July 23, 2007 at 11:00 a.m. (Washington, DC local time). The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the EEOC. Quotations shall be organized into Three (3) separate volumes: Volume I - Technical Capability, Volume II - Past Performance, and Volume III - Price. Pricing shall not be included in Volume I and II. Award will be made to the quoter determined to be the Best Value to the Government, using the trade-off approach. The anticipated contract award date is on or before July 31, 2007. Evaluation factors for award: The EEOC will use the following factors to evaluate quotes: technical capability, past performance, and price. Technical Capability and past performance when combined are more important than price. Factor I. Technical Capabilities: (1) Understanding the requirements - The quoter must demonstrate its understanding of the technical requirements and describe technical approach which includes research methods. (2) Corporate capabilities - The quoter must demonstrate its corporate capabilities as it relates to the requirements. (3) Key personnel resume -The quoter must demonstrate through submission of resume, its qualification to provide services. Factor II. Past Performance: Quoters shall be evaluated on the following: 1. Quoter past performance on projects directly related to the work to be accomplished under this procurement. 2. Experience on same or similar projects. The vendor must provide a minimum of three (3) references for past performance for same or similar work awarded within the past three (3) years. The information for each reference shall include the following: 1. Name and address of government agency or other non-government client; 2. Name, titles and telephone number of Contracting Officer, or other point of contact; 3. Name, title and telephone number of client(s) program or project manager, if applicable; 4. Contract number, period of performance, and dollar value of contract; and 5. Description of services provided.; The vendor will be evaluated on customer satisfaction and timeliness, and Factor III. Price: price will be evaluated in comparison to the independent government cost estimate. Notice: The Government intends to evaluate quotations and make award without discussions (except clarifications as described in FAR 15.306(a). Therefore, the quoter(s) initial quote should contain the vendors best terms from a price and technical standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. The provisions at 52.212-1, Instructions to Offeror-Commercial Items applies to this solicitation. The provision at 52.212-2 Evaluation-Commercial Items applies to this solicitation. The quoter shall include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications-Commercial Items with his/her quote. The following clause shall apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference; Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.203-6, Restrictions on Subcontractor Sales to the Government-Alternate I, Clause 52.222-3 Convict Labor, Clause 52.222-21, Prohibition of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, Clause 52.222-36 Affirmative Action for Workers with Disabilities, Clause 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, Clause 52.225-13 Restrictions on Certain Foreign Purchases, and Clause 52.232-36, Payment by Third Party are incorporated by reference. To obtain the above provision/clauses in full text, please visit www.arnet.gov. Method of payment: via the Governmentwide Commercial Purchase Card.
 
Place of Performance
Address: WASHINGTON, DC
Zip Code: 20507
 
Record
SN01347343-W 20070721/070720002516 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.