Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
SOLICITATION NOTICE

D -- Brand Name Requirement for Renewal and Purchase of Customer Relations Management Software Licenses

Notice Date
5/7/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
131 M Street, NE, 6th Floor Washington DC 20507
 
ZIP Code
20507
 
Solicitation Number
RFQ0080-09
 
Response Due
5/11/2009
 
Archive Date
6/30/2009
 
Point of Contact
Caroline A Fowler, Contracting Officer , Phone (202) 663-4219, Fax (202) 663-4178, - Anthony R Price, Contracting Officer, Phone (202) 663-4218, Fax (202) 663-4178
 
E-Mail Address
caroline.fowler@eeoc.gov, anthony.price@eeoc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a Brand Name requirement for commercial items prepared in accordance with the format in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation Number RFQ0080-09 is being issued as a Request for Quotation (RFQ) and should be referenced on all correspondence. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31, effective on April 20, 2009. This solicitation is a 100% total small business set-aside. The NAICS code is 541519. The Equal Employment Opportunity Commission (EEOC) requires all contractors to be actively registered in the Central Contractor Registration (CCR) to receive contract award or payments. The EEOC intends to make a single award from this solicitation. DESCRIPTION OF REQUIREMENT: The EEOC has a brand name requirement for RightNow Customer Relations Management (CRM) Software Licenses as follows: CLIN 0001: Seventy (70) RightNow Enterprise Suite (Part No. ENT-NU-FT1): $________; CLIN 0002: Two (2), Web Portal – Web Portal Page View per 100,000 Viewed per Month (Part No. WP-100K-FT1): $_________; CLIN 0003: One (1), Web Portal – Web Portal Page View per 10,000 Viewed per Month (Part No. WP-10K-FT1): $________; CLIN 0004: One (1) Web Portal Page Interface – Web Portal Interface Low Traffic (Part No. WP-LOW-FT1): $________; CLIN 0005: One (1) RightNow 500 Surveys – RightNow feedback 500 Surveys per Month (500 included free); Part No. MSFC-500-FT1): $________; and CLIN 0006 Preferred Support- Part No. PRE-FT1: $________. TOTAL PRICE TO GOVERNMENT: $_______ (CLIN Nos. 0001 thru 0006) (NOTE: The above seventy (70) software licenses consist of the renewal of sixty three (63) current and purchase of seven (7) additional licenses). This software is a Customer Relations Management (CRM) software tool that allows EEOC to more effectively and efficiently answer calls from the public. The EEOC is currently using the software throughout its Intake Information Group (IIG) to access the EEOC information contained in the knowledgebase and manage customer records. When a call comes into an Information Intake Representative (IIR) located at one of the EEOC fifteen (15) offices that support the IIG, the IIR utilizes customer relations management software to access information about the EEOC and the laws the agency enforce, as well as to enter and track information about callers. The software is a hosted solution that allows each EEOC IIR to enter the information remotely and management to run reports utilizing the information collected by the IIR. EEOC requires a one year extension for its current 63 RightNow licenses as well as increasing the overall license count by seven (7). This will bring the EEOC configuration to a total of 70 RightNow Enterprise licenses. By having customer relations management software for one year, it will allow for maintenance and upgrade support for the software licenses purchased as well as provide technical support for the agency’s current RightNow CRM application. PERIOD OF PERFORMANCE: The anticipated period of performance will be for one year, from May 16, 2009 up through May 15, 2010. PLACE OF PERFORMANCE: EEOC fifteen (15) designated offices which support the IIG. The quoter shall include the following with their quote: Part I: The quoter shall provide a price and description of all CLINs (0001 thru 0006) with the total price. Part II: The name, title, telephone number, fax number and email address of the point of contact. Part III: The nine digit DUNS and Commercial and Government Entity (CAGE) code with their quote. All contractors who provide goods/services to the EEOC must be registered in the Central Contractor Register (CCR): http://www.ccr.gov. PART IV: Completed copies of FAR 52.212-3 or an online representations and certification application (ORCA) record must be submitted with the quote. On line Certifications and Representations is available at: http://orca.bpn.gov. Failure to comply with the ORCA registration may deem quoter ineligible for award. The Government intends to award a firm fixed price contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government. BASIS of AWARD: Award will be made based on best value using the lowest price technically acceptable (LPTA) approach. The evaluation of quotation shall occur in two sequential stages: Technical evaluation determines whether quotations are technically acceptable or unacceptable, followed by a price evaluation. To be technically acceptable, all of the technical requirements as specified in this solicitation are met by the quoter. An unacceptable quote contains one or more deficiencies. The quote fails to meet specified technical requirements of this RFQ and not all of the technical requirements are met by the quoter. Once the quotes have been determined technically acceptable, award will be based on lowest price. All responsible small business sources may submit a quotation which will be considered by the EEOC. The following Federal Acquisition Regulation (FAR) provisions and clauses are applicable: FAR Provisions: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items; FAR Clauses: FAR 52.212-4 Contract Terms and Conditions- Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52,222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim; and FAR 52.204-7, Central Contractor Registration are incorporated by reference. To obtain the above provision and clauses in full text, please visit www.arnet.gov. Method of payment: Electronic Funds Transfer. Interested quoters must submit questions regarding this solicitation via email to the Contracting Officer, Caroline A. Fowler at: caroline.fowler@eeoc.gov, with a cc to the Alternate Contracting Officer, Anthony Price at: anthony.price@eeoc.gov, not later than Friday, May 8, 2009, at 11:00 am (Washington, DC local time), or via FAX (202-663-4178). No telephone responses to or request for additional information regarding this RFQ will be accepted. The closing date for receipt of responses (quotations) to this solicitation is Monday, May 11, 2009, at 12:00 Noon (Washington, DC local time). Quoters may E-mail or FAX (202-663-4178) responses to the attention of the Contracting Officer or mail it to Equal Employment Opportunity Commission, Acquisition Services Division, 131 M St. NE, Washington, DC 20507, ATTN: Caroline A. Fowler, Contracting Officer. The Government will not be responsible for any cost accrued by interested quoters in response to this solicitation. It is anticipated that award from this solicitation will occur no later than May 15, 2009. Interested quoters are responsible for ensuring that their submitted quote has been received and is legible. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/RFQ0080-09/listing.html)
 
Place of Performance
Address: EEOC 15 designated offices
Country: US
 
Record
SN01811807-F 20090509/090508101122 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.