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