COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS
R -- SERVICES FOR WESTERN REGION CALL CENTER
- Notice Date
- May 24, 2001
- Contracting Office
- Federal Communications Commission, Contracts and Purchasing Center, 445 12th St., SW, Washington, DC 20554
- ZIP Code
- 20554
- Solicitation Number
- N/A
- Response Due
- June 8, 2001
- Point of Contact
- Wilma S. Monney, Contracting Officer, 445 12th Street, SW, Washington, DC 20554, (202)418-1865;FAX:(202)418-0237; E-mail: wmooney@fcc.gov
- Description
- The FCC is issuing a sources sought synopsis to determine if there are qualified 8(a) Businesses located in HUBZones in the Western United States, for the following potential requirements: The FCC's Wireless Telecommunications Bureau (WTB) supports the administration and management of licenses for wireless services, including those awarded through the spectrum auctions program. WTB is considering the establishment of a Western Region Call Center to accommodate the increasing numbers of phone inquiries and to provide for extended hours public support (versus eastern time zone business hours) for the FCC constituency in the western contiguous United States, Alaska, Hawaii, and U.S. territories in the Pacific region. The Western Region Call Center would field calls related to the auctions program, to include, but not limited to, information on both the auctions program and specific auctions as well as basic information of the Universal Licensing System (ULS), its functionality and its use (not to include technical support, system navigation, and troubleshooting). The FCC anticipates roughly 100 calls daily to the Western Region Call Center regarding the Auctions Program and the ULS. It is anticipated that calls would average 2:44 minutes in length and be spread evenly throughout the Western Region Call Center's operational day. Small businesses meeting the above requirements are requested to provide their name, location, size, as well as information demonstrating their relevant technical understanding of the work requirements identified above, their qualifications, capabilities, experience and past performance history for such work, proof of an acceptable accounting system, and availability of facilities and equipment. This information must be detailed because the purpose of this synopsis is to identify 8(a) businesses capable of performing this work, however, your submission shall not exceed 5 pages (8 " x 11" sheets of paper, with at least one inch margins on all sides, using not smaller than 12 characters per inch or equivalent). It is anticipated that a Cost Plus Incentive Fee (CPIF), performance-based contract would be issued with a two year basic period and three one-year options, for a total period of performance not to exceed five years. Anticipated start date is Fall 2001. The applicable NAICS Code and Size Standard are 56142 and $5 Million, respectively. This is not a Request for Proposal (RFP). This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Respondents will not be notified of the results of the review. Note also, that full, accurate, and complete information is required by this request in accordance with 18 U.S.C. 1001 which also prescribes the penalties for making false statements. Responses to this SOURCES SOUGHT announcement may only be by e-mail to: wmooney@fcc.gov. The requested information from qualified small businesses should be submitted no later than 4 p.m., Eastern, June 8, 2001. Prospective qualified small business sources may direct questions via e-mail to: wmooney@fcc.gov .
- Record
- Loren Data Corp. 20010529/RSOL025.HTM (W-144 SN50N075)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on May 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|