SOURCES SOUGHT
D -- Telecom Expense Management
- Notice Date
- 9/9/2009
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
- ZIP Code
- 46278
- Solicitation Number
- HSBP1009R2798
- Archive Date
- 9/30/2009
- Point of Contact
- Sharon E Meltzer, Phone: 317-614-4578
- E-Mail Address
-
sharon.meltzer@dhs.gov
(sharon.meltzer@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hub-Zone and other Small Businesses interested and capable of performing the work. Responses to this notice shall include the following: (a) company name b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business HUB-Zone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Description: The Wireless Program Office seeks to implement a new CBP wireless business solution that centralizes commercial wireless management and most of the business operation under a comprehensive business structure called Telecom Expense Management. The program will implement and utilize cellular wireless best business practices, implement processes for wireless services and devices that offer many program efficiencies which include but are not limited to: cellular wireless account consolidation and rate plan optimization, requisitioning and provisioning support, invoice reconciliation and expense management, service and equipment asset accountability, and management reporting. The Telecom Expense Management (TEM) Service Provider will need to be capable of designing and implementing a fully customized Telecom Expense Management (TEM) solution that supports end-to-end operations and provides cellular wireless mobile technologies (e.g. 2G, 3G, 4G), devices (e.g. Cellular Phones, Personal Digital Assistants (PDAs) and Personal Electronic Devices (PED), Blackberries, and Cellular Network Cards), services (e.g. Cellular/PCS, Broadband, Wireless Cellular, and Wi-Fi), and features (features include, but are not limited to, voice calls and related features such as voice mail, call forwarding, conference call capability and caller ID as well as multi-media (MMS) and short messaging services (SMS), global navigation, web-browsing, and camera functionality) that support core business and government functionality (scheduling, contacts, time management, and email) for employees who need immediate access to mobile communications services both nationwide and internationally through deployment, transfer, collection, disposal, engineering, management and operation of wireless/satellite voice and data services. The TEM Service Provider will need to provide cost-effective services and support, processes and procedures for simplified ordering of wireless products and services, a billing/management tools, centralize request(s) for wireless products and services while allowing for separate invoice reporting and distribution to each office respectively (assets, lines of services, usage, and newly acquired wireless products). The TEM Service Provider will need to ensure standardization of services and equipment on a national level and would be expected to provide no less than: Enterprise Strategy and Planning •Review of commercial industry offerings to provide the most technically appropriate and cost-effective solution •Evaluation of requirement driven vs. device driven solutions •Continually reviewed market offerings based on evolving program requirements Service/Device Negotiation and Attainment •Flexible purchase/disposal/sale/exchange •Technology Refresh every 18 months •Leverage CBP aggregate buying power and strong vendor relationships •Single POC for all carrier services and negotiations Carrier/Vendor Management •‘Best of Breed’ product, service and pricing plans •Carrier-neutral approach Consolidated Customer Service •Help Desk Support - single point of contact to provide technical support and assistance for all issues regardless of carrier and geographical location Billing & Reporting •Invoice consolidation for all products, carriers and vendors •Monthly snapshot into enterprise wireless expenditure •Ability to accurately predict and budget for wireless services requirements •Reconciliation and standardized invoice format Solutions must be capable of offering service from multiple carriers and be able to provide uninterrupted coverage in the Continental United States (CONUS), Outside the Continental United States (OCONUS), territorially, and internationally for employees stationed abroad and those who travel from their home duty-station to other locations to perform CBP business. Solutions must centralize the ordering process via on-line catalogue and real-time ordering portal by which users can easily access, learn, and navigate the system to facilitate the request for new wireless service, devices, and accessories from agency approved wireless product and service suppliers. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The North American Classification System (NAICS) code for this acquisition is 517919 ($23.0 million). If qualified as an SDVOSB firm information (must be listed in the VetBiz Vendor Information Pages and certified by SBA), HUBZone firm (must be certified by SBA), and/or 8(a) (must be certified by SBA). Companies must be registered in Central Contractor Registration (CCR located on the web at www.ccr.gov) to be considered potential sources. It is desirable that companies have completed their business Online Representations and Certifications Application (ORCA).. All interested parties should submit their Capabilities statements and supporting information by e-mail only to: Sharon Meltzer. Email: Sharon.meltzer@dhs.gov, Capabilities statements shall only be 10 pages or less. Discussions or debriefings will not be conducted in response to any submissions. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and CBPP may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Responses must be received no later than 11:30 am Eastern Standard Time on Tuesday, September 15, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1009R2798/listing.html)
- Place of Performance
- Address: Ciustoms and Border Protection, 6650 N. Telecom Drive, Ste 100, Indianapolis, Indiana, 47351, United States
- Zip Code: 47351
- Zip Code: 47351
- Record
- SN01948073-W 20090911/090910002030-177b7e3d2c4f0d39e38df8b47e6db3f3 (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 |