|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170U.S. Postal Service, Headquarters Purchasing, Room 4541, 475 L'Enfant
Plaza, SW., Washington, DC 20260-6230 R -- CALL MANAGEMENT CENTERS DUE 091098 POC Pat Jordan, Purchasing
Specialist, 202/268-5620 E-MAIL: Pat Jordan, Purchasing Specialist,
pjordan4@email.usps.gov. CALL CENTER OPERATIONS The United States
Postal Service is seeking potential suppliers for call center services
and related support including facilities. SUMMARY The United States
Postal Service (USPS) is in the process of establishing a network of
six major National Service Centers (NSC) to serve the needs of Postal
customers nationwide via a single national toll free telephone number.
To date, the USPS has established one supplier managed NSC in Denver,
CO, and is in the process of activating a second supplier constructed
and managed NSC in Kansas City, KS. This announcement is for the
prequalification of supplier's best capable of the construction and
management of any one or combination of the four subsequent NSCs. It is
anticipated that each of these four NSCs will operate 12 hours per day,
5 days per week, and as a key component of the Corporate Call
Management (CCM) initiative, will handle inbound call volume from our
nationwide customers as part of the overall network. The USPS will
provide all information technology equipment and software, and support
and maintenance of same. Additionally, the USPS will provide the
curriculum for initial and ongoing agent training. The contractor will
provide the facility, facility management, call center personnel and
training thereof, and all other effort necessary to the operation of
the call centers. SUBMISSION REQUIREMENTS The USPS will prequalify
suppliers to provide the call center services. In order to participate
in the prequalification process, the interested party must submit the
following: I. A brief statement indicating the vendor meets each of
the below four minimum criteria required for further consideration to
prequalify. The prequalification submission of any supplier who does
not meet any one of these criteria will not be considered. This
statement must be limited to one 8.5" by 11" single spaced typewritten
page, using 10 point Arial font and 1" margins. 1. Demonstrated prior
or current experience, as appropriate, with all of the following:
Management of complex inbound customer service programs including
information requests, complaint management and product and service
transactions, for a minimum of the 3 most recent years. Management of
inbound call volumes in excess of 20 million calls annually. Management
of multiple inbound call centers with a minimum of 300 stations each.
2. Financial capability to successfully implement and perform under
multi year, multi site call center contracts in excess of 20 million
dollars each, annually. II. A statement of capabilities describing the
vendor's call center management capabilities, quality philosophy and
client partnership integration, and the standard operational processes
utilized by the supplier to support such. This statement must be
limited to ten 8.5" by 11" single spaced typewritten pages, using 10
point Arial font and 1" margins. III. Letters of reference from five of
the supplier's current inbound clients. The inbound clients providing
the letters of reference must include: The supplier's current two
largest inbound clients in contract dollar terms. The inbound client
with whom the supplier has the longest current continuous contractual
relationship. Two inbound clients selected by the supplier as most
representative of the type of services the supplier provides.
Interested parties that meet or exceed the minimum requirements in
Section I, above, must submit the materials required in Sections I, II
and III, above, as required, together with the following: Your
organization's most recent annual financial statement, audited by an
independent CPA. If you are not a publicly held company, please provide
all information necessary for the Postal Service to determine the
financial position and financial capabilities of your organization,
preferably audited by an outside CPA. Bank references stating how long
your organization has banked with the reference, its average savings
and checking balances (in round numbers), outstanding loans, type and
limit of credit available with terms of availability, and the bank's
rating of your organization as a banking customer. Sales brochures,
videos and other marketing materials are not solicited and will not be
reviewed. During the prequalification review by Postal
representatives, submissions lacking clarity and relevance to the
requirements above will be deemed non-responsive. Parties proposing
partnerships, joint ventures, teaming arrangements, etc., must so
indicate that this is the case in their response to this notice. An
original and five (5) copies of the full submission are required. All
responses must be received at the address below or by FAX @ (202)
268-5655 by 2:00PM, EDT, September 10, 1998: USPS Headquarters
Purchasing Attention: Patricia Jordan Room 1140 475 L'Enfant Plaza, SW
Washington, DC 20260-6239 Ms. Jordan may be reached by telephone at
(202) 268-5620. SUBSEQUENT ACTIONS BY THE POSTAL SERVICE Responding
suppliers will be promptly notified once the list of prequalified
suppliers for the CCM/NSC call management services staffingand related
support requirement has been established. In the event your
organization is not among the prequalified suppliers, you will be
entitled, upon your written request, to either a written or
face-to-face explanation as to the reason(s) for exclusion. The Postal
Service reserves the right to provide the list of prequalified
suppliers for the CCM/NSC Project to anyone seeking it, including
small, minority and woman-owned businesses seeking subcontracting
opportunities, and to publish the list for information to the general
public. Once the list of prequalified suppliers for the CCM/NSC Project
has been established, the Postal Service may choose to restrict
competition for the CCM/NSC contract(s) solely to the prequalified
suppliers. Posted 08/27/98 (W-SN242685). (0239) Loren Data Corp. http://www.ld.com (SYN# 0118 19980831\R-0018.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|