|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1998 PSA#2085Office of Acquisition and Grants, 1710 GWYNN OAK AVENUE, BALTIMORE, MD B -- AUDIT OF AGENCY TELEPHONE BILLS SOL SSA-RFP-98-3531 DUE 051398
POC RANDALL PICKWELL, WEB: Download Solicitation when/if available,
http://www.ssa.gov/oag. E-MAIL: Contracting Officer, SSA/OAG,
RANDALL.PICKWELL@ssa.gov. Social Security Administration, Office of
Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, Maryland
21207. D-399 AUDIT OF AGENCY TELEPHONE BILLS-SOLICITATION SSA-RFP-3531.
The Social Security Administration (SSA) is issuing a COMBINED
SYNOPSIS/SOLICITATION pursuant to FAR 12.6 for the audit of SSA's
telephone bills at SSA Headquarters offices in Woodlawn, Maryland. THIS
ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. IT IS ISSUED AS AN RFP,
AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The intent of the audits
would be to recover funds through analysis of billing errors, the
elimination of any excess or redundant telephone, fax, or modem lines
present at the site, and assessing the efficiency of current
interrelated services and costs. The SSA Headquarters Office is
serviced by a Northern Telecom SL-100 Private Branch Exchange (PBX)
with local service provided by Bell Atlantic. The Headquarters office
has 13 DOD T1's, 18 DID T1's and 2 PRI trunks for local service.
Service to Headquarters buildings along the Whitehead and Whitestone
Roads corridor are provided by Bell Atlantic's Centrex services.
REQUIRED WORK: PRELIMINARY REQUIREMENTS- (1) The contractor shall make
notice of authorization to access customer service and other records
by contacting all vendors. (2) The contractor shall take receipt of
these records and analyze the information obtained from the vendor and
the Social Security Administration. AUDIT REQUIREMENTS- (1) The
contractor shall review all rates and charges. The audit will include
a complete and thorough review of local phone bills, customer service
records, and dedicated private line services. (2) The contractor shall
ensure all accounts are properly classified and subscribed. (3) The
contractor shall review equipment rental records. REPORTING
REQUIREMENTS- (1) The contractor shall provide monthly, written project
updates, to SSA's Project officer in Baltimore. (2) Any errors found
during the investigation by the contractor will be submitted to the
proper vendor close to thetime they are found to ensure speedy
recovery. (3) The contractor shall act as agent in negotiations with
vendors and will coordinate all activities required to secure these
refunds. FOLLOW-UP ACTIVITIES- (1) The contractor shall provide a
detailed final written report cross referencing all vendors and
accounts. This report shall explain exactly how savings/refunds were
found and calculated. This report will also show projected five-year
savings to SSA; (2) The contractor shall provide the names and phone
numbers of all vendors contacted by the contractor. (3) The contractor
shall provide written recommendations for future savings, following
the audit. SSA is under no obligation to follow any suggestions. PERIOD
OF PERFORMANCE- The contract performance period for this acquisition
will be 6 months from date of award. GOVERNMENT FURNISHED INFORMATION-
Before the start of the project the Social Security Administration
shall provide the contractor with: (1) a dated and signed letter of
authorization on an official letterhead, (2) a list of contact names
and phone numbers, (3) a list of all telephone account numbers to be
audited, (4) the number and location of all CO trunks and PBX stations
covered by this audit, and, (5) the configuration for all systems to
be audited. CONTRACT INFORMATION: SSA will award a COST SHARING
CONTRACT for this service. The contractor will be compensated through
sharing in the potential refunds or credits as a result of the audit.
The Government has not established a compensation ratio for this
service. Vendors are required to submit their cost sharing ratios plus
any applicable fee with their proposal. Offerors' proposal packages
shall include a formal project plan to execute the audits, copies of
any questionnaires to be completed by SSA, and any obligations and time
frames to be placed on SSA. In addition, the offeror must provide the
names and phone numbers of five references for similar type work to
demonstrate past performance. The proposed cost-sharing ratio, along
with any applicable fees, must included in the offeror's proposal.
Submittal of the Representations and Certifications at FAR 52.212-3 is
required with the offer. Only complete proposals will be considered,
and offerors should submit 4 copies of their proposal. This commercial
services solicitation is prepared in accordance with the format in FAR
12.6, as supplemented with additional information included in this
notice. This solicitation document incorporates provisions and clauses
in effect through Federal Acquisition Circular FAC 90-45. This
acquisition is 100% set aside for small business. SIC Code 8721 applies
and the associated small business size standard is $6M. The provisions
at FAR 52.212-1, Instructions to Offerors- Commercial; FAR 52.212-4,
Contract Terms and Conditions- Commercial Items; FAR Clause 52.212-5
(c) Contract Terms and Conditions Required to Implement Statutes or
Executive Orders- Commercial Items, applies to this acquisition and are
hereby incorporated by reference. SSA reserves the right to make
multiple awards as a result of this solicitation. Proposals must be
received by the Contracting Officer no later than 3:00 p.m., EST on May
11, 1998. Proposals which are being sent via regular mail (or
hand-delivered) should be addressed as follows: Social Security
Administration, Office of Acquisition and Grants, Attention: Randall
Pickwell, 1710 Gwynn Oak Avenue, Baltimore, Maryland 21207. All
proposals must be marked SSA-RFP-98-3531 on the external wrapping.
Provisions at FAR 52-212-2, Evaluation- Commercial Items apply to this
solicitation. Award will be made to the responsible offeror(s) whose
conforming offer is the most advantageous to the Government. The
primary factor in award selection will be past performance, with price
being the secondary factor. Requests for information concerning this
RFP are to be referred only to the attention of Randall Pickwell, at
the Social Security Administration's Office of Acquisition and Grants.
Mr. Pickwell may be reached at the mailing address listed above, at
telephonenumber (410)966-1325, or via e-mail at
randall.pickwell@ssa.gov. (0118) Loren Data Corp. http://www.ld.com (SYN# 0018 19980430\B-0002.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|