Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1,1997 PSA#1900

DIRECTORATE OF CONTRACTING, CONTRACTING DIVISION, BUILDING NUMBER 2102 B, FORT GORDON GA 30905-5110

70 -- EPOS FIRSTLINE INTERACTIVE VOICE RESPONSE SYSTEM SOL DABT11-97-Q-0220 DUE 080597 POC Contract Specialist SUSANNE MEREDITH (706) 791-1822 (Site Code DABT11) 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 and a written solicitation will not be issued. This solicitation is for a firm fixed price supply contract for line items 0001 through 0005. Standard Industry Code (SIC) is 3661, size is 1000 employees. This procurement is a 100% set-aside for small business. Provisions and clauses are those in effect through Federal Acquisition Circular 90-46. Purchase Description: Line item 0001, EPOS Firstline Interactive Voice Response System, 1 each; Line item 0002, CUS- SCRIPT-TIA, 1 each; Line item 0003, Installation, 1 each; Line item 0004, On-site training for EPOS, 1 each; Line item 0005, Annual maintenance, 1 each. This automated system is to be used for college registration and tuition assistance programs in the Army Education Center which will permit user to register for courses and receive tuition assistance approval through use of a touch telephone. The EPOS Firstline Interactive Voice Response System shall provide a single system capable of accomplishing several functions desired by the Education Center to streamline and reengineer the registration process. The "turn-key" system shall be installed at Fort Gordon, Georgia and is to include: script development and vocabulary recorded; interface with EDMIS (Education Management Information System); specified hardware; host communication software; and on-site training. The contractor shall contact the government representative within 5 days after receipt of the order to coordinate delivery and installation and to establish timelines for training. The contractor shall use the timelines approved by the government for schedules of installation, training and testing the system. The contractor shall provide and install EPOS Firstline Interactive Voice Response System, which includes one Pentium Desktop Controller (220MHx, 32B RAM, I GB hard drive) with four communication lines, record and playback hardware, host communications hardware, one printer, one 33,600 baud modem, and a 48 session Ethernet TCP/IP host board with Telnet VT terminal emulation. The system will have access only to 5 dedicated telephone lines. The contractor shall provide host communications Software, remote diagnostics software, and test/execution software for voice response applications. Software shall be installed on subject system. Software tailored for local program needs and interfaced with Army Education Center EDMIS (automated records) system to produce enrollment, tuition assistance data, general information on education programs and services, and grades. CUS-SCRIP-Regis (custom script) development and vocabulary recorded by EPOS for local program utilization with institutions and programs at Fort Gordon. Installation and test (turn-key) of hardware and software systems. The contractor shall install interface link with installation's EDMIS system using TCP/IP communications via a standard Ethernet connection. Link shall read soldier's automated education record in order to determine if the courses registered for are compatible with educational goal, in accordance with the Servicemembers Opportunity College (SOC) educational program and is within the Army tuition assistance caps for the fiscal year. Link shall permit use of an individual PIN (personal identification number) for soldiers to serve as an electronic signature for the tuition agreement. The contractor shall install all hardware purchased in a designated area. Sufficient space will be provided for the system. The government will provide 110 volt electrical outlets and 5 telephone lines dedicated for operation of the EPOS system. The government will provide the Ethernet connection for EDMIS. The government will provide completed Customer Information Form and design information for custom scripts. Information may be flowcharts, pseudocode, phrase listings screen prints, and information about customer contacts that is requested on the form to enable the contractor to create the scripts. No modification of physical space will be required. The contractor shall install software and custom scripts into hardware system purchased with this order. 40 hours of on-site training shall be provided to designated education center personnel. The contractor shall provide the instructor and training materials. Training period shall be determined by the government, within a 5 day period, following the completion of the installation of the system. Training shall be conducted using EPOS system installed in the building or space designated by the government. Training shall consist of the following: (1) operation of EPOS system; (2) creating and using scripts; (3) programming EPOS system for specified term data, out-put of summary data, creating new applications, diagnosing problems, and reports on EPOS system use. The contractor shall provide an annual on-site maintenance to the EPOS system, if so elected by the government. The contractor shall be on-call for maintenance and respond within 24 hours of service call during normal working hours of the contractor (7:00 a.m. to 5:00 p.m. local time). After normal duty hours, a 24 hour hotline shall be available to respond to calls to resolve problems. If hardware replacement is necessary, the contractor shall ship parts via overnight delivery. If a problem requires on-site repairs, the contractor shall send a customer service engineer by the next business day to repair the problem or to replace a part. All equipment shipped, installation of EPOS system with software and custom scripts, and training provided by the contractor shall be inspected and accepted by the government. Final acceptance by the government shall be made after the government operates the EPOS system to ensure that it is fully operational. The contractor shall provide optional annual maintenance if requested by the government. The contractor shall test custom applications to ensure that it works according to documentation provided by the government. After the contractor completes testing the system and finds it to be operational, it is to be turned over to the government for final testing. The government will provide a test plan to the contractor describing how the final system shall operate to enable the contractor to test the system using the same specification. Final testing will include testing the application for accuracy and identifying any problems with the system. The government will perform pilot or load testing. The government will include identification (ID) and personal identification number (PIN) that were used with a detailed listing of what occurred during the testing. Government testing and acceptance of the system shall be approved prior to the system being made available for student use. Shipment is to be F.O.B. Fort Gordon, Georgia. Provisions and clauses applicable are: FAR clause 52.212-1, Instructions to Offerors-Commercial Items. Evaluation criteria for FAR clause 52.212-2, Evaluation-Commercial Items is price and technical capability of the equipment offered. Factors are equal in importance. Offerors shall respond to FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items and DFAR clause 52.225-7006, Buy American-Trade Agreements-balance of Payments Program Certificate and submit with the offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items; FAR clause 52.232-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; DFAR clause 52.212-7000; DFAR clause 52.212-7001; DFAR clause 52.232-7006, Reduction or Suspension of Contract Payments Upon Finding of Fraud; DFAR clause 52.243-7001, Pricing of Contract Modifications. Offeror must insert the remittance offer, if different than the mailing address. The contractor shall submit invoices prepared in accordance with FAR clause 52.232-25, Prompt Payment in quadruplicate, to the following billing office: DAO-IN-Fort Gordon, ATTN: DFAS-IN/EM-TC, Building number 33604, Fort Gordon, Georgia 30905-5015. Payment will be made by electronic funds transfer (EFT) according to FAR clause 52.343-33. Offerors are reminded to provide the designated paying office with EFT information prior to or concurrent with invoicing unless you have already provided this information in the contract ordering guide/price list/catalog or have provided standing information to the paying office. Technical description and product literature of the items being offered shall be submitted in sufficient detail to evaluate compliance with the requirements of the solicitation. The government reserves the right to reject an offer, if offer lacks sufficient information for evaluation. Offeror is to enter its Commercial and Government Entity Code (CAGE) and DUNS number on its offer. Deliver to: Education and Career Development Division, Building 21606, Barnes Avenue, Fort Gordon, Georgia. A pre-award survey may include financial resources, ability to comply with schedule and purchase description, past performance, past record of integrity and any other qualificationsor eligibility requirements for receipt of award. Derogatory information obtained from the pre-award survey may be cause to determine the offeror non-responsible and therefore, ineligible to receive an award. Offeror is to provide three (3) references of previous government or private industry contracts of a similar nature, with address and phone number, which the offeror has performed in the last three (3) years to assist with the pre-award survey. One award shall be made to the lowest responsive and responsible offeror whose offer meets the requirements of the specifications herein and is found most advantageous for the government. Offers must be received by the Directorate of Contracting, Contracting Division, Building 2102, Fort Gordon, Georgia 30905-5111 prior to 2:00 p.m. local time on August 5, 1997. Offers received in this office after time designated for receipt of offers will not be considered. Delivery is required no later than August 15, 1997. Faxed offers citing solicitation number DABT11-97-Q-0220, ATTN: Ms. Meredith will be accepted at 706-791-8651. (0211)

Loren Data Corp. http://www.ld.com (SYN# 0400 19970801\70-0008.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page