SOURCES SOUGHT
J -- Appointment Call System Maintenance
- Notice Date
- 7/1/2011
- Notice Type
- Sources Sought
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
- ZIP Code
- 66442
- Solicitation Number
- W911RX-T-0073
- Response Due
- 7/6/2011
- Archive Date
- 9/4/2011
- Point of Contact
- Gina Ferguson, 785.239.4412
- E-Mail Address
-
MICC - Fort Riley
(gina.ferguson@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- INTRODUCTION This is a Request for Information (RFI) for Fort Riley to improve their understanding of industry capabilities and identify qualified sources able to provide an Appointment Call System Maintenance. The Government has a requirement for maintenance on the following systems is included: eQueue Base System (Rack Mount/AC Power) eOn ACD, Digital Speech systems Automated Attendant, Call Copy Recording (components for automated telephone appointment system) and 1 site visit during the year. OBJECTIVES The overall objective of this Sources sought is to improve the government's understanding of industry capabilities and identify qualified sources capable of providing these critical services in support of the L2L program. Fort Riley reserves the right to utilize information from the responses to this Sources Sought to determine if any small business set-asides may be applicable to any resultant solicitation. Responding to this Sources Sought does not automatically qualify the responder to be included on any bidders list, if such a list is developed. Vendors wishing to submit a proposal to any subsequent solicitation must monitor FedBizOpps for the synopsis. This Sources Sought is for information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute a Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. CAPABILITIES COVERAGE Fort Riley seeks to identify vendors that can provide the following services: Contractor shall provide all personnel, parts, equipment, tools, supervision, and other items and services necessary to provide remedial maintenance on all the components of the Patient Appointment Telephony / Automatic Call Distribution (ACD) System. The contractor shall provide all repairs and parts necessary to return an inoperable item to a fully functional state of operation, as it was originally intended to operate. The contractor will also be required to provide telephonic engineering services and technical assistance to include: programming and recording, scripting modifications, remote changes, and call flow modifications. The contractor shall provide Routine, Priority 1, and Priority 2 repair service. Priority of all calls shall be designated solely at the discretion of the government point of contact. For a Routine call, contractor shall begin repair work within 12 working hours of receipt of a trouble call. For a Priority 1 call, contractor shall begin repair work within 6 working hours. For a Priority 2 call, contractor shall begin repair work within 4 hours. All Priority 2 calls will be responded to as indicated without regard to time of day If service cannot be restored within a reasonable timeframe, the contractor will notify the government POC and update the status every 24 working hours for Routine calls and every 4 hours for Priority 1 and 2 calls until service is restored or the POC requests different reporting service. Service technician will work until system is restored to functionality (unless awaiting parts.) In the event that parts must be ordered by the contractor, the contractor must notify the government POC when the parts are ordered and update the status of the repair action at the beginning of every workday, unless requested by the government POC to report less often until service is restored. Emergency service: Any service request outside of the normal service period will be cleared through the POC. Contractor shall provide telephonic programming services to add, modify, or delete telephone and trunking services at no additional cost to the government throughout the term of the contract. Contractor shall include corrective software updates for the system as standard maintenance items. The software shall be provided at no additional cost to the government. CAPABILITY STATEMENT Interested parties are requested to submit a capability statement that addresses the following: 1. Ability to perform the tasks set forth in the Capabilities Coverage section described. ADMINISTRATIVE All interested parties should submit the capability statement to the Fort Riley Contracting Office. A proposed price is not required or requested under this Request for Information. A company must identify its business size status and applicable NAICS code(s) in the capability statement. Capability statements are required to be received electronically via email to gina.ferguson@us.army.mil Subject: Sources Sought Appointment Call System Maintenance, no later than 6 July 2011 at 9:00 AM Central Time. Responses received after this deadline will not be reviewed. Fort Riley's primary point of contact is the Contract Specialist, CPT Gina M. Ferguson, who can be reached via e-mail at gina.ferguson@us.army.mil. Any questions regarding this notice shall be directed to CPT Ferguson, via email by 5 July 2011 at 4:00 PM Central Time. While any and all questions must be directed to the Government point of contact identified in this announcement, answers to those questions, as well as any and all clarifications, extensions, or changes will be posted to www.fbo.gov and will only be available at www.fbo.gov prior to the closing date and time of the this notice. Companies responding to this RFI are responsible for all expenses associated with responding to this Sources Sought. (Note: Fort Riley will not pay any costs associated with this effort). The Fort Riley is not seeking or accepting unsolicited proposals. Since this RFI is for information and planning purposes, no evaluation letters or results will be issued to respondents. RESPONSES The purpose of this Sources Sought is to identify training providers that can meet the challenges above. Candidate training materials will be evaluated for technical compliance with the training courses outlined above and instructor qualifications. When responding, please provide the following information via email: -Organization Name -Point of Contact (name, title, address, phone/fax, email) -Product/Project Name (Renewal Call Appointment System Maintenance) -Any supporting information. Place of Performance: US Fort Riley, Kansas 66442 Point of Contact: CPT Gina Ferguson, gina.ferguson@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e928f6721306daaf09b4bcb4f44301b0)
- Place of Performance
- Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN02488703-W 20110703/110701234944-e928f6721306daaf09b4bcb4f44301b0 (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 |