SOURCES SOUGHT
D -- Managed Services for the VA Enterprise Contact Center Services Solution
- Notice Date
- 2/7/2020 8:54:57 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A) AUSTIN TX 78744 USA
- ZIP Code
- 78744
- Solicitation Number
- 36C10A20Q0039
- Archive Date
- 04/07/2020
- Point of Contact
- Diana B ArmestoContract SpecialistDiana.Armesto@va.gov
- E-Mail Address
-
Diana.Armesto@va.gov
(Diana.Armesto@va.gov)
- Awardee
- null
- Description
- REQUEST FOR INFORMATION Managed Services for the Department of Veterans Affairs Enterprise Contact Center Solution This is a Request for Information (RFI) only. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This RFI does not constitute a solicitation for quotes/proposals or the authority to enter into negotiations to award a contract action. No funds have been authorized, appropriated, or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Any Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs) responding to this RFI must include their intent and ability to meet set-aside requirements for performance of this effort in accordance with the Department of Veterans Affairs (VA) Acquisition Regulation (VAAR) 852.219-10 or 852.219-11, VA Notice of Total SDVOSB/VOSB Set-Aside; specifically, the requirement for at least 50% of the cost of performing the required services must be performed by yourself and/or other eligible/verified SDVOSB/VOSB concerns; and verification from the VA Center for Verification and Evaluation is required. It is requested that all companies interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort described in the paragraphs below. The purpose of this RFI is to identify qualified contractors, who are able to meet VA s requirements for a unified, managed, enterprise-wide contact center service solution, hereafter called the CCS solution. The CCS solution shall create an easy, pleasant, effective, and personalized interactive experience between the Veteran and VA, and meet the collective needs of all VA contact center operations. The CCS solution shall provide a managed, standardized, single contact center service capability, including infrastructure, that improves VA processes and creates an environment for positive Veteran experiences. Any information provided in response to this RFI may be used by VA in developing its acquisition strategy and Performance Work Statement (PWS). The draft PWS is attached to this RFI. Interested parties are encouraged to respond to the following questions: Provide a summary of your technical capabilities to meet the requirements detailed in the draft PWS. Include examples of similar contact center services your company previously performed. Provide commercially available list pricing similar contact center services. Include recommended unit pricing and pricing structure. Provide a Rough Order of Magnitude, including estimated quantities, unit pricing, and any additional anticipated costs, to meet the Governments minimum requirements. Recommend disposition of travel costs. Provide a recommendation for how travel costs should be reimbursed directly (separately priced); or indirectly (included in the overall unit prices). Indicate the likelihood of your company responding to a solicitation should this effort be released in the Contract Opportunities listing available on the beta.SAM.gov website. Note: Small businesses should include intent and ability to meet set-aside requirements for performance of this effort, if applicable. Include the company profile. At a minimum, include history, business size, and socioeconomic category. Recommend a North American Industry Classification [NAICS] code with rationale. The NAICS code considered for this requirement is currently 541519, Other Computer Related Services. Include a list of all subcontractors anticipated and their respective role(s) in the performance of this requirement. Identify whether the draft PWS provides sufficient detail to describe the technical and functional requirements that encompass the desired solution. If the PWS does not include sufficient detail, submit a list of comments, questions, recommendations, and concerns that may contribute to a more accurate, cost-efficient solution. Recommend an acquisition strategy, including suggested contract type and structure (i.e. vehicle, stand-alone contract, or ordering type vehicle). Include a rationale with your recommendation. Instructions for Submitting Questions/Responses: Responses shall be submitted electronically via e-mail to the Contract Specialist and Contracting Officer indicated below. Information submitted by any other method will not be considered. Responses are due to Diana.Armesto@va.gov and Kari.Cozzens@va.gov no later than 12:00PM EST on February 25, 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/497dda90720f404d8daf2494da119d19/view)
- Record
- SN05554972-F 20200209/200210120633 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |