Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 3, 2001 PSA #2759
SOLICITATIONS

R -- TELECOMMUNICATIONS SERVICES AUTOMATION & MANAGEMENT PROGRAM

Notice Date
December 29, 2000
Contracting Office
Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20373-5802
ZIP Code
20373-5802
Solicitation Number
Reference-Number-USSSRFI01001
Response Due
February 9, 2001
Point of Contact
Robert Petrosky, Contract Administrator, Phone (202)-406-6940, Fax (202) 406-6801, Email rpetrosky@usss.treas.gov
E-Mail Address
Robert Petrosky (rpetrosky@usss.treas.gov)
Description
This is a source-sought synopsis. No solicitation document exists at this time. Requests for a solicitation document will receive no responses. The government does not intend to award a contract on the basis of this soliciation or to otherwise pay for the information solicited. The Telecommunications Services Automation & Management Program allows the Secret Service to seek professional expertise (an outsourcing solution) needed to manage, organize and automate the billing, service agreements, usage and certification of all enterprise wide telecommunications services. This effort will include the manpower and software required to manage, organize, sort, administer, certify, validate and automate the Secret Service telecommunications service billing agreements. The staffing level should be adequate, (while being conservative) to facilitate the full range of the program. Responsibilities of the personnel facilitating this program would include: 1. Managing the switched and non-switched voice and data services provided by a variety of commercial and government providers utilized by all entities of the Secret Service. The services provided include: local, long distance, calling card, cellular, satellite, dedicated point-to-point and video. Following are a sampling of government and commercial service providers: Cellular/Paging: NEXTEL, Verizon Wireless, AT&T Wireless, Sprint PCS, Skytel Local: Verizon, Bell South, Pacific Bell, GSA, State Department, and White House Long distance: GSA (FTS), Sprint, AT&T, MCI Satellite: Iridium, Globalstar, and INMARSAT 2. Automating the management, control, certification and routing of these bills, databases, certification documents and service agreements. This sources sought announcement is issued for the purpose of identifying potential sources capable of providing telecommunications services automation and management of all Secret Service leased voice and data services as generally outlined above. The responses to this synopsis will be used for market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition or as a Small Business Set-Aside by exploring potential small business firms to determine the feasibility of a Small Business Set-Aside or 8(a) procedures. Historically Black Colleges and Universities and Minority Institutions (HBCU/MI) and Tribal Universities who are capable of meeting the requirements of this acquisition will also be considered in the analysis. Interested contractors are to possess capabilities and experience to be able to provide automation and management of voice billing processes and billing. The contemplated contract is for a base plus four (4), one (1) year options with performance anticipated to be performed primarily at the Secret Service HQ facility in Washington DC, which will be required to be located within the commuting distance. This sources sought synopsis is not a request for proposals; it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Proposal (RFP). Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this synopsis to this sources sought request. Contractors responding to this synopsis request are requested to submit a written qualification statement as it relates to relevant past performance (previous or current experience) similar to the requirement for the past five (5) years. Submission shall include the following: (1) Name and address of contractor (Corporate/Principal Office), (2) Name, telephone and fax number of point of contact, (3) email address of POC (4) date firm started; (5) NAIC Code(s) applicable with the average annual revenue for the past 3 years as it applies to NAICS or Standard Industrial classification (SIC); (6) Eligibility to the 8(a) Program; (7) type of business (i.e.: large, small business, small disadvantaged, 8(a), and/or Woman-owned small business, HUBZone certified; (8) number of years in business, (9) DUNS Number (if available), (10) Affiliate Information with this requirement: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (11) List of current major customers, point(s) of contact & phone number including summary of work performed, contract number, contract type, dollar value, for each reference; (12) description of your firms core area of expertise; and (13) summary of contractor's capabilities (may include brochures/literature) to meet the related scope discussed above. Responses to the following specific questions must also be included: (1) How would your company develop an integrated / automated electronic data mining and data aggregation system to professionally manage multiple billing accounts, documents, electronic media (i.e. direct feeds, internet downloads, magnetic tape, CDROM), and other existing databases and spreadsheets currently utilized to track and perform billing analysis, validation and payment? (2) List the types of software, programs, databases or other systems your company would utilize to electronically automate various billing and service agreement processes. (3) How would your electronic automated software solution provide electronic billing reports to remote locations using existing electronic email and Inter / Intra net applications such as the Netscape browser application. (4) What specific experience does your company have with the management and automation of financial billing information related to a broad range of leased services discussed above? (5) Does your company provide training to users so they can learn the process of certifying their long distance; cellular, local and other leased service bills? (6) What specific information in a Statement of Work would your company require in order to respond to and provide services to automate, manage, organize and provide a certification process for leased services for an Enterprise wide program. (7) What measures does your company take to perform self audits and performance measurement analysis reports so management can know the overall expenditures, cost savings, routine / monthly certification reports and trouble areas for the bureau of all leased service discussed above? (8) How will your company train your own employees on new software packages, new billing processes, financial analysis tools, etc. required to grow with the program as software applications change? (9) What hardware and software in general would your company provide to facilitate this program and provide integration points to existing IT systems? (10) All your company employees assigned to this full time program must have a minimum of a Top Secret clearance and must work at the Secret Service headquarters facility in Washington DC. Is this a problem for your company? (11) Based on this general program overview how many personnel would you recommend in order to facilitate this effort and what are their skill set requirements. Can your provide this full time manpower support? (12) How would the line item in a solicitation be structured to submit pricing on a written solicitation / proposal? (13) Please summarize you companies' ability to facilitate the full range of electronic database automation and personnel staffing required to professionally manage, organize and automate billing documents and processes as outlined in this RFI. All of the information sought should be conveyed in no more than 10 pages. Each response must reference the sources sought title. All responses can be either in writing or electronically sent to the Secret Service, Procurement Division, 950 H Street, NW Washington, DC 20223, Attn: Robert Petrosky, PHONE: (202) 406-6797, FAX: (202) 406-6801 or by email to rpetrosky@usss.treas.gov. Responses must be received by COB on February 9,
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=Reference-Number-USSSRFI01001&L=38)
Record
Loren Data Corp. 20010103/RSOL010.HTM (D-364 SN5098N2)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on December 29, 2000 by Loren Data Corp. -- info@ld.com