Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

D -- Virtual Call Center Hosting

Notice Date
6/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024416T0177
 
Response Due
7/14/2016
 
Archive Date
8/2/2016
 
Point of Contact
Ryan Brown 619-556-6436
 
E-Mail Address
Ryan Brown email
(ryan.m.brown6@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE TO CONTRACTOR 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 solicitation has been prepared with the intent to award on a competitive basis. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation number N00244-16-T-0177 is issued as a request for quotation (RFQ). The closing date is 14 July 2016 at 10:00am Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Change Notice 20160616. It is the contractor ™s responsibility to be familiar with the applicable clauses, provisions, and the attached Evaluation Criteria. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/ and www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 517919 “ All Other Telecommunications; Size: $32.5M. This acquisition is exclusively set-aside 100% for small business. The contract type is Firm Fixed Price. Brief Requirement Description (for full description, see attached Performance Work Statement): Fleet Logistics Center San Diego (FLCSD) Contracts Department is seeking proposals from all potential business sources to provide Virtual Call Center (VCC) hosting services for the Global Distance Support Center (GDSC) and House Hold Goods (HHG) call centers on behalf of NAVSUP Global Logistics Support (GLS), at Naval Base San Diego, CA and Naval Station Norfolk, VA. All call center hosting shall be provided via a contractor furnished Web-based portal. The Government is looking for a contractor furnished Commercial off the Shelf (COTS) cloud based application. The contractor/host shall provide access to the VCC via a Web-based portal. The total level of effort includes an anticipated maximum monthly usage of 10,500 minutes through 55 Government agents and 7 Government supervisors; training, call recording, and call volume metric reporting are also required. Fleet Logistics Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001, Virtual Call Center Implementation, To include all services described in the SubCLINs. QTY: 1, Unit of Issue: Group, Price: N/A Information Only SubCLIN 0001AA, Virtual Call Center Set-up. To include: kick off meeting, implementation and establishment of VCC system for both San Diego, CA and Norfolk, VA. QTY: 1 (55 agents, 7 supervisors), Unit of Issue: Group, Price per unit: $______, Extended Price: $______ SubCLIN 0001AB, Virtual Call Center training for agents (remote Web-based training). QTY: 55, Unit of Issue: Each, Price per unit: $______, Extended Price: $______ SubCLIN 0001AC, Virtual Call Center training for leads and supervisors (remote Web-based training). QTY: 7, Unit of Issue: Each, Price per unit: $______, Extended Price: $______ CLIN 0002, Virtual Call Center Monthly Recurring Services. To include: 55 agent licenses, 7 supervisor licenses, 62 units simultaneous and concurrent voice recording capability, VCC storage and data management of 1GB per agent and supervisor (total of 62GB minimum), 24 additional ports (should call volume exceed available agents), and call metric reporting. QTY: 10, Unit of Issue: Months, Price Per Unit: $______, Extended Price: $______ Not to Exceed based on an anticipated usage of 10,500 minutes per month. Place of Delivery: All services to be hosted at the contractor ™s site and accessed from the Government installations. Period of Performance: 1 August 2016 through 30 May 2017 Payment: Wide Area workflow (WAWF) The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.209-11 Representation by Corporation Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items [Applicable clauses: 52.204-10; 52.209-6; 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-41; 52.222-42; 52.222-50; 52.222-55; 52.223-18; 52.225-13; 52.232-33; 52.239-1]. 52.247-34 “ Fob Destination 52.232-39 “ Clause for Unenforceability of Unauthorized Obligations 52.252-1 “ Solicitation Provisions Incorporated by Reference www.acquisition.gov; www.acq.osd.mil 52.252-2 “ Clauses Incorporated by Reference www.acquisition.gov; www.acq.osd.mil Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.201-7000 Contracting Officer ™s Representative 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7000 Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A “ System for Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.227-7015 Technical Data “ Commercial Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7017 Notice of Supply Chain Risk 252.239-7018 Supply Chain Risk 252.244-7000 Subcontracts For Commercial Items 252.247-7023 Transportation of Supplies By Sea 5252.243-9400 Authorized Changes By the KO NDZ L-331 Review of Agency Protests NDZ L-332 Unit Prices The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, utilizing a lowest price technically acceptable evaluation. Offerors are required to become familiar with the attached Evaluation Criteria. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered in the System for Award Management (SAM) prior to award. The website address is https://www.sam.gov/. A Data Universal Number System (DUNS) number is required to register. Email your quote to Ryan Brown on or before 10:00am Pacific Standard Time on 14 July 2016. Email: ryan.m.brown6@navy.mil Phone: 619-556-6436.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024416T0177/listing.html)
 
Place of Performance
Address: NAVSUP GLS
Zip Code: 937 Harbor Dr., Bld 1, Flr 7, San Diego, Ca
 
Record
SN04168432-W 20160702/160630235958-f309a398a564e31817f5a0f402b823e7 (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.