Call Center Tenders
Call Center Tenders
DEPT OF THE ARMY USA Tender
Chemical Products
United States
Description: The Letterkenny Quailified Recycling Program Is Issuing An Invitation To Bid On The Sale Of Used Cooking Oil. This Is A Government Sale. The Duration Of This Solicitation Is For A 1 Year Term With 3 Option Years. If Interested, Please Open The Attached Sales Solicitation And Bid Sheet, Complete And Return To The Letterkenny Recycling Center. Ensure The Solicitation Is Completely Filled Out To Include A Signature, Date, Address, Telephone Number In The Designated Fields. Please Be Sure To Include Your Company's Offer Price On The Bid Sheet. Please Send Your Bid To Earl.j.veney.naf@army.mil. Please Respong By 2/5/2025 At 3pm Est. Please Call The Letterkenny Recycling Center At 717-267-5170 Or 717-267-5842 With Any Questions. All Bids Are Welcome.
Closing Date29 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Description: Page 2 Of 2
department Of Veterans Affairs (va)
veterans Experience Office (veo)
multi-channel Technologies (mct)
veo Contact Center Support
request For Information
this Is A Request For Information (rfi) Only (as Defined In Far 15.201(e)) For Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), And All Other Small Business. This Is Not A Solicitation, And A Solicitation Is Not Available At This Time. Requests For A Solicitation Will Not Receive A Response. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received, Provide Feedback To Respondents With Respect To Any Information Submitted, Or Respond To Any Questions Or Comments That May Be Submitted In Response To This Rfi. This Notice Does Not Constitute A Commitment By The United States Government And Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
the Purpose Of This Rfi Is For Market Research And To Gather Input For Use In Further Defining The Requirement, And To Identify Interested And Potentially Capable Small Business Vendors Able To Provide Contact Center Staffing For An Established Tier 1 Level Contact Center Leveraging Existing Contract Center Technology/tools. Tier 1 Support Includes Being The First Line Of Resolution For Technical Call Inquiries And Include Answering General Inquiries About The Department Of Veterans Affairs (va) Benefits And Services, Directory Assistance, Communicating With Customer Through A Variety Of Communication Channels, Basic Assistance With Navigation Of Online Resources, Triaging Issues For Proper Disposition, Escalation Of Issues Beyond The Tier 1 Level To The Appropriate Resource, Documenting Into A Customer Relationship Management (crm) Tool And Troubleshooting Basic Access Issues.
the Contractor Shall Provide Staffing To Tier 1 Call Centers To Meet Fluctuating Call Volume Operating In Varying Environments Including And Up To 24/7 Support. The Contractor Shall Provide Program Management Support And Baseline Contact Center Support Including Service Recovery. Service Recovery Is A New Focus Area In Va And The Contact Center Is A Leader In That Change Effort. Service Recovery Is The Process Or Reaction Taken To Return An Aggravated, Dissatisfied Customer To A State Of Calm Satisfaction. The Contractor Shall Understand And Have Experience With The Process Of Effectively Engaging Customers To Recover The Damage Done From A Prior Poor Customer Experience. This Could Originate From Direct (i.e., Phone) And Indirect (i.e., Chat, Text, Survey) Customer Interactions. The Contractor Shall Provide Program, And Management Support To Manage, Monitor, And Control All Subsequent Tasks Initiated And Completed By Contractor Staff To Maintain The Veterans Experience Office (veo) Contact Center Service To Veterans, Their Beneficiaries, Caregivers, Survivors, And Advocates.
additionally, The Government Aims To Determine If Any Existing Contract Vehicles For Executing The Proposed Tasks Would Be A Viable Pathway. The Details Of The Forementioned Requirement Are Found In Rfi Attachment 1: Performance Work Statement Draft.
1. Background:
the Va, Veo, Multi-channel Technology (mct) Is Charged With Enhancing Customer Experience Through The Various Channels Through Which Va And Its Customers Interact. Since Its Inception, Mct Has Connected Va S Lines Of Business And Office Of Information And Technology (oit) To Catalyze Change And Develop Solutions That Address The Needs Of Veterans, Their Family Members, Service Members, Veterans Service Organizations (vsos), And The Community Of Va Business Partners And Stakeholders. Veo S Contact Center Provides A Variety Of Public Facing Services Through The Work Of Both Government And Contractor Full Time Equivalent (fte) Staff.
the Veterans Health Administration (vha) Is The Largest Integrated Health Care Network In The United States, With 1,294 Health Care Facilities Serving Over 9 Million Enrolled Veterans Each Year. When Va Cannot Provide The Care Needed, Va Authorizes Care To Veterans And Eligible Beneficiaries Using Community Resources, Referred To As Community Care For Veterans And Family Member Program (vfmp) For Family Member Beneficiaries. The Vha Office Of Integrated Veteran Care (ivc) Is Responsible For The Management Of The Veteran Community Care Program (vccp).
the Veterans Benefits Administration (vba) Provides A Variety Of Benefits And Services To Service Members, Veterans, And Their Families. Vba Seeks To Understand The Unique Issues Veterans Face And Are Here To Help Veterans And Eligible Dependents To Obtain Compensation, Education, Health Care, Home Loan, Insurance, Pension, Vocational Rehabilitation And Employment, And Burial And Memorial Services. The Vba Support Line Is The Initial Point Of Contact For Veterans And Their Families To Get Started On Applying For Eligible Benefits.
with All Three Organizations Requiring Call Center Support, This Performance Work Statement (pws) Hopes To Capture As Much Of The Common Requirements As Possible And Create Synergy To Better Help Each Organization Support Our Veterans And Their Families.
planned Production: Second Quarter Of Fiscal Year (fy) 26
delivery Period: Second Quarter Of Fy26 To Second Quarter Of Fy30
* The Information Provided In The Rfi Is Subject To Change And Is Not Binding On The Government.
instructions For Responding To This Rfi:
confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
response Format/page Limitations:
the Overall Total Page Limit For Responses To This Rfi Is Five (5) Pages. Responses Should Be Submitted In Microsoft Word Format With 12 Pt. Interested Parties Should Limit Marketing Material To Allow Sufficient Space For Adequately, Directly, And Substantively Responding With The Information Of Most Interest To The Government. Responses May Also Optionally Include The Provision Of Resumes Of Qualified Personnel That Demonstrate Expertise In The Domains. Resumes Will Not Count Towards The Page Limit.
the Page Limit Will Not Count Against The Information Contained In The Rfi Attachment 2 Veo Contact Center Rfi Questionnaire. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned.
cover Sheet 1 Page:
please Provide The Following Information:
organization Name, Address, And Web Site.
point Of Contact (poc) To Include E-mail Address And Telephone Number.
business Size (large Or Small). If Small, Please Provide Type Of Small Business.
north American Industry Classification System (naics) That Best Fits These Task Areas.
company Tax Id Number (tin)
company Cage Code And System For Award Management (sam) Unique Entity Id
if Applicable, Gsa Contract Number And Multiple Award Schedule (mas).
index 1 Page:
please Provide An Index To Assist The Government In Identifying Where You Have Addressed Each Question Below In Your Capabilities Statement. Please Provide Question Number Corresponding Page And Section Heading And/or Paragraph Number.
section 1 Shall Provide Administrative Information, And Shall Include The Following At A Minimum:
name, Mailing Address, Overnight Delivery Address (if Different From Mailing Address), Phone Number, Fax Number, And E-mail Of Designated Poc.
the Number Of Pages In Section 1 Shall Not Be Included In The 5-page Limit. The 5-page Limit Begins After The Completion Of Section 1 (cover Sheet And Index).
in All Correspondence Relevant To This Rfi Please Identify It As A Response To The Veo Contact Center Acquisition In The Response And Subject Line Of The Email).
any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed. Respondents Are Requested To Limit Responses To The Information, And In The Format Provided Below.
companies Are Encouraged To Include Any Relevant Information (specifications, Cut Sheets, Brochures, Capability Statement, Previous Experience Etc.) To Confirm The Company S Ability To Meet The Requirements Outlined In This Request.
3. Capability And Experience Information:
interested Firms Are Requested To Provide Capability Statements And The Following Completed Attachments, By The Closing Date.
completed Attachment 2 - Veo Contact Center Rfi Questionnaire.
completed Attachment 3 Estimated Pricing Template
there Is No Solicitation At This Time.
responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract Or Agreement. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation, Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. Your Responses May Be Shared With All Stakeholders, Thus, Information Received Will Not Be Considered Proprietary.
respondents May Optionally Identify Other Activities, Capabilities, Or Deliverables They Believe Would Be Of Benefit To This Tasking.
the Purpose Of This Rfi Is For Market Research And To Gather Input For Use In Further Defining The Requirement Only, And To Identify Interested And Potentially Capable Vendors.
submission: Responses To This Rfi Shall Be Submitted Via Email To The Contracting Officer, Caitlin.ruc@va.gov And Contract Specialist, Michael.stevens5@va.gov No Later Than 4:30 Pm Eastern Standard Time (est) On January 15, 2025.
questions: No Questions Are Being Accepted. Depending Upon The Responses Received, Va May Request Additional Information, May Conduct Future Question And Answer Sessions, Or May Conduct Meetings Or An Industry Day.
52.215-3 Request For Information Or Solicitation For Planning Purposes (oct 1997)
(a) The Government Does Not Intend To Award A Contract Based On This Rfi Or To Otherwise Pay For The Information Solicited Except As An Allowable Cost Under Other Contracts As Provided In Subsectionâ 31.205-18, Bid And Proposal Costs, Of The Federal Acquisition Regulation.
(b) Although Proposal And Offeror Are Used In This Request For Information, Your Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal.
(c) This Request Is Issued For The Purpose Of: Information.
(end Of Provision)
please See The Following Attachments To Support This Rfi Below.
attachments:
attachment 1 - Performance Work Statement Draft
attachment 2 - Veo Contact Center Rfi Questionnaire
attachment 3 - Estimated Pricing Template
Closing Date15 Jan 2025
Tender AmountRefer Documents
HDFC Bank - HDFC Tender
Auction
Real Estate Service
India
Details: All That Piece And Parcel Of Shop/office No. 18, Admeasuring 17.78 Sq.
mtrs Of Built-up Area And 14.82 Sq. Mtrs. Of Carpet Area On 2nd Floor
(according To Plan On 3rd Floor), In The Scheme Called "anaya
business Center", Having Non- Agricultural Land, Situate, Lying And
being Developed On R. S. No. 79/1, Block No. 129, T. P. Scheme No. 58
(bamroli), F. P. No. 30/b, In Moje Bamroli Village, Sub-dist Taluka
majura, Dist - Surat.
Closing Date15 Jan 2025
Tender AmountINR 700 K (USD 8.1 K)
HDFC Bank - HDFC Tender
Auction
Real Estate Service
India
Details: All That Piece And Parcel Of Shop/office No. 18, Admeasuring 17.78 Sq.
mtrs Of Built-up Area And 14.82 Sq. Mtrs. Of Carpet Area On 2nd Floor
(according To Plan On 3rd Floor), In The Scheme Called "anaya
business Center", Having Non-agricultural Land, Situate, Lying And
being Developed On R. S. No. 79/1, Block No. 129, T. P. Scheme No. 58
(bamroli), F. P. No. 30/b, In Moje Bamroli Village, Sub-dist Taluka -
majura, Dist-surat.
Closing Date15 Jan 2025
Tender AmountINR 700 K (USD 8 K)
Budapesti Dr Manninger Jen Baleseti K Zpont Tender
Services
Healthcare and Medicine
Hungary
Details: Title: Képalkotó Diagnosztikai Szolg. A Bmjbk Részészére
description: Képalkotó Diagnosztikai Szolgáltatás A Bmj Bk Részére 1 Db Mr, 1 Db Ct, 3 Db Ultrahang, 9 Db Digitális Röntgen Készülék Bevonásával, Közfinanszírozott Betegellátás Érdekében Járó-, És Fekvő Humán Egészségügyi Szolgáltatások Nyújtása Ajánlatkérő Továbbá Annak Területi Ellátási Kötelezettség Alá Eső Betegek Részére. Nyertes Ajánlattevő Az Ajánlatkérő Betegei Részére Járó- És Fekvőbeteg Röntgen Vizsgálatok, Ultrahang Vizsgálatok, Ct És Mr Vizsgálatok Végzését És Leletezését Kell Hogy Elvégezze Az Ajánlattevő Által Biztosított Készülékkel És Szakszemélyzettel, Az Ajánlatkérő Telephelyén, Az Ajánlatkérő Befogadott Kapacitásának Megfelelő Volumenben, Folyamatos (7/24 Órás) Call Center Szolgáltatást Üzemeltetve. Mennyiség Mindösszesen Legfeljebb Az Alábbiak Szerinti Mennyiségbe, Az Egészségügyi Szolgáltatások Egészségbiztosítási Alapból Történő Finanszírozásának Részletes Szabályairól Szóló 43/1999. (iii. 3.) Korm. Rend. Alapján, Mindösszesen Legfeljebb Nettó 1.158.692.809 Ft Értékben. 1.1.1. Normál Elszámolással Történő Fekvő Beteg Ellátás Esetén Havonta 15.840.000 Ft Keretösszeg Mértékig, Továbbá Ajánlatkérő +10%-os Opciós Jogot Köt Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani 1.1.2. Normál Elszámolással Történő Járó Beteg Ellátás Esetén Havonta 93.060.000 Ft Keretösszegig Mértékig, Továbbá Amennyiben A Tárgyhónapra Jelentett, Elszámolható És Visszaigazolt Járóbeteg-szakellátási Teljesítmény Meghaladja A Keretösszeget, Akkor A Többletteljesítményt 10 Százalékos Többletmennyiségig 30 Százalékos Díjjal, 10 És 20 Százalék Között Többletmennyiségig 20 Százalékos Díjjal (2. Melléklet Szerinti Díjtételek) Számolja El És Ezeknek Megfelelő Mértékű Opciós Jogot Köt Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani 1.1.3. Korrekciós Elszámolással Történő Fekvő Beteg Ellátás Esetén Havonta 990.000 Ft Keretösszeg Mértékig, Továbbá Ajánlatkérő +5%-os Opciós Jogot Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani 1.1.4. Korrekciós Elszámolással Történő Járó Beteg Ellátás Esetén Havonta 990.000 Ft Keretösszeg Mértékig, Továbbá Ajánlatkérő +5%-os Opciós Jogot Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani A Szolgáltatás Teljeskörű, Az Ellenértéknek Minden Költséget Tartalmaznia Kell. 1 Db Mr, 1 Db Ct, 3 Db Ultrahang, 9 Db Digitális Röntgen Készülék Folyamatos Üzemeltetéséhez Szükséges Szakszemélyzet Biztosítása A Műszaki Leírásban Rögzített Szakmai Paraméterek Szerint Az Ajánlatkérő Telephelyén. 1 Db Mr Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Asszisztensi Elérhetőséggel És Folyamatos Mr Vizsgálat Készítési Lehetőséggel, Leletezéssel. 1 Db Ct Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Vizsgálati Lehetőséggel És Leletezéssel. 3 Db Ultrahang Készülék Működtetésével, 1 Db Ultrahang Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Radiológus Szakorvosi, Egyéb Készülékek Esetén Munkaidőben (hétfőtől Péntekig 8-16 Óra Között) Történő Szakorvosi Működtetéssel. 9 Digitális Röntgen Készülék Működtetése, Amelyből 3 Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Radiológusi Asszisztensi Jelenléttel, És Radiológusi Szakorvosi Leletezéssel, A Többi 6 Készülék Esetén Munkaidőben (hétfőtől Péntekig 8-16 Óra Között) Szükséges Radiológus Asszisztensi Jelenlét, Radiológus Szakorvosi Leletezéssel A Különböző Képalkotó Modalitásokkal Végzett Vizsgálatok Képi Eredményének Pacs Rendszeren Való Tárolása, Pacs Rendszeren Való Elérhetőségének Biztosítása. A Pacs Rendszer Intézeti Informatikai Rendszerrel (ihs Működtetésű E-mesol) Kompatibilis Működtetése, A Leletek Intézeti Informatikai Rendszerre Küldésének Biztosításával. Hagyományos Röntgenfelvételek Készítése Során A Lelet Tartalmazzon Méretezést Segítő Mércét, Az Elkészült Felvételen Való Méreteknek A Valóshoz Történő Viszonyításához. A Részletes Műszaki Leírás És Részletes Mennyiség Meghatározása A Felhívást Kiegészítő További Közbeszerzési Dokumentumokban Került Meghatározásra. Ajánlatkérő A Megadott Teljes Keretösszeg 70%-ára Vállal Lehívási Kötelezettséget.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Municipality Of Calaca, Batangas Tender
Others
Philippines
Details: Description Supply And Delivery Of Tablets To Be Used During Session Of Sangguniang Panlungsod Members At The City Of Calaca, Batangas 12 Units Tablet - 11" Inches Ultra Retina Xdr Display Tandem Oled 2420-by-1668-pixel Resolution At 264 Ppi Promotion Technology With Adaptive Refresh Rates From 10hz To 120hz Wide Color (p3) True Tone Fingerprint-resistant Oleophobic Coating Fully Laminated Antireflective Coating Sdr Brightness: 1,000 Nits Max Xdr Brightness: 1,000 Nits Max Full Screen, 1,600 Nits Peak (hdr Content Only) 2,000,000]1 Contrast Ratio M4 Chip 256gb 9-core Cpu With 3 Performance Cores And 6 Efficiency Cores 10-core Gpu Hardware-accelerated Ray Tracing 16-core Neural Engine 120gb/s Memory Bandwidth 8gb Ram Media Engine Hardware-accelerated 8k H.264, Hevc, Prores, And Prores Raw Video Decode Engine Video Encode Engine Prores Encode And Decode Engine Av1 Decode Camera 12mp Wide Camera, B/1.8 Aperture Digital Zoom Up To 5x Five-element Lens Adaptive True Tone Flash Panorama (up To 63mp) Sapphire Crystal Lens Cover Autofocus With Focus Pixels Smart Hdr 4 Wide Color Capture For Photos And Live Photos Advanced Red-eye Correction Photo Geotagging Auto Image Stabilization Burst Mode Image Formats Captured: Heif And Jpeg Video Recording 4k Video Recording At 24 Fps, 25 Fps, 30 Fps, Or 60 Fps 1080p Hd Video Recording At 25 Fps, 30 Fps, Or 60 Fps 720p Hd Video Recording At 30 Fps Prores Video Recording Up To 4k At 30 Fps (1080p At 30 Fps For 256gb Storage) Audio Zoom Adaptive True Tone Flash Slo-mo Video Support For 1080p At 120 Fps Or 240 Fps Time-lapse Video With Stabilization Extended Dynamic Range For Video Up To 30 Fps Cinematic Video Stabilization (4k, 1080p, And 720p) Continuous Autofocus Video Playback Zooms Video Formats Recorded: Hevc And H.264 Stereo Recording True Depth Camera Landscape 12mp Ultra-wide Camera B/2 Aperture Portrait Mode With Advanced Bokeh And Depth Control Portrait Lighting With Six Effects (natural, Studio, Contour, Stage, Stage Mono, High-key Mono) Smart Hdr 4 1080p Hd Video Recording At 25 Fps, 30 Fps, Or 60 Fps Time-lapse Video With Stabilization Extended Dynamic Range For Video Up To 30 Fps Cinematic Video Stabilization (1080p And 720p) Wide Color Capture For Photos And Live Photos Lens Correction Retina Flash With True Tone Auto Image Stabilization Burst Mode Video Calling Center Stage Screen Sharing Spatial Audio Voice Isolation And Wide Spectrum Microphone Modes Speakers: Four Speaker Audio Microphones: Studio-quality Four-mic Array For Calls, Video Recording, And Audio Recording Sensors Face Id Lidar Scanner Three-axis Gyro Accelerometer Barometer Ambient Light Sensors Charging And Expansion Thunderbolt / Usb 4 Port With Support For: Charging Displayport Thunderbolt 3 (up To 40 Gbps) Usb 4 (up To 40 Gbps) Usb 3 (up To 10 Gbps) Display Support Supports One External Display With Up To 6k Resolution At 60hz Thunderbolt 3 Digital Video Output Native Displayport Output Over Usb-c Vga, Hdmi, Dvi, And Thunderbolt 2 Output Supported Using Adapters Video Mirroring Video Mirroring And Video Out Support Through Usb-c Digital Av Multiport Adapter And Usb-c Vga Multiport Adapter Power And Battery11 Built-in 31.29-watt -hour Rechargeable Lithium Polymer Battery Up To 10 Hours Of Surfing The Web On Wi-fi Or Watching Video Charging Via Power Adapter Or Usb-c To Computer System
Closing Date5 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.5 K)
INTERNAL REVENUE SERVICE USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: This Source Sought Notice To Respond Is Being Extended To 1/30/2025. Due To Discrepancy In The Source Of Sought Notice, The Technical Capabilities Section Has Been Updated. Attached Is An Updated Source Of Sought Notice. All Other Information That Is Written In The Source Sought Notice Remains The Same.
the Internal Revenue Service (irs) Seeks To Identify Potential Vendors With The Skills And Capabilities Necessary To Perform The Requirements Outlined In The Attached Draft Pws. The Irs Is Looking To Identify Small Businesses. The Contact Center Support Division (ccsd) Has A Need For Contractor Support With Expertise In The Areas Of Cisco's Intelligent Call Manager (icm) Call Routing And Scripting, Domain Management And Support, Contact Center Commercial Off-the Shelf (cots) Support, Server Administration, System Monitoring Support, Operations Of Intra-day Support, Engineering, Architecture Design, Portfolio/project Management, Release Schedule Management And Quantitative And Qualitative Analytical Support For Its Enterprise Solution To Route Calls To A Multi Call Site Virtual Contact Center. These Requirements Align And Support The Overall Internal Revenue Service (irs) Contact Center Mission And Service Objectives. Attached Is Drafted Performance Works Statement And Source Of Sought Notice For Submission Information.
Closing Date30 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Solid Waste Management
United States
Details: The Network Contracting Office (nco-10) Is Seeking Vendors To Perform The Following Services, Scrap Metal Recycling Services At The Cincinnati Va Medical Center.
this Is A Sources Sought To Seek Capable Sources And Request Industry Feedback Only. This Notice Does Not Constitute A Commitment By The Government. Interested Parties Are Asked To Answer Questions Below And Submit Capability Statement That Clearly And Convincingly Identifies Their Ability To Fulfill The Requirements. Detailed Capabilities Must Be Submitted By Email To Contract Specialist Josh Kovar At Joshua.kovar@va.gov In An Electronic Format, No Later Than 1330 Est 1:30 Pm Est | January 08, 2025. As Part Of Market Research, This Sources Sought Is To Determine If There Exists An Adequate Number Of Qualified Interested Contractors Capable Of Providing The Requirement.
industry Feedback To The Information Below Is Requested To Ensure The Va Has Not Created A Defacto Sole Source Requirement. The Government May Use The Responses To This Sources Sought For Information And Planning Purposes.
draft Scope:
contractor Shall Provide A Scrap Metal Recycling Dumpster For Daily Use And Collection. The Medical Center Will Call When The Scrap Metal Dumpster Is Full. The Contractor Shall Pick Up The Full Scrap Metal Dumpster And Replace With An Empty One. Contractor Shall Recycle The Scrap Metal And Provide A Check For The Proceeds Of Scrap To The Medical Center Within A Certain Time Frame From The Pickup. Contractor Shall Provide Detailed Reports Of Materials Recycled To Identified Medical Center Personnel Within A Certain Time Frame Of Pickup. This Container Shall Be Used For Scrap Metals Only And Not Paper, Plastic, Or Cardboard, However There Is The Possibility Of Some Items Containing Plastics, Paper Etc..
estimated Weight Per Year Averages 1.3-1.5 Tons, However This Is Just An Estimate And May Vary Depending On Facility Operations.
estimated Number Of Pickups To Be 6 Per Year.
we Are Proposing A Base + 4 (1-year) Option Periods Contract For This Requirement.
questions For Industry:
question #1:
response, Are You Interested In Providing A Quote For This Requirement? Yes / No (choose One)
question #2:
response: If Your Firm Is A Small Business, Please Provide The Following:
please Provide Your Company Name, Address, Uei And Primary Point Of Contact Information.
sba Certifications, If Any Regarding The Socio-economic Status Of Your Company Including, Sdvosb, Vosb, Wosb, Edwosb, Hub, 8a, Small Business, Etc.
question #3:
will You Provide Your Current Scope Of Operations And Locations Of Service/capability? Where Do You Currently Work And What Is Your Maximum Service Area?
question #4:
can Your Firm Provide Three (3) Customer References For Similar Services Performed Within The Past 3 Years. Information? Please Provide The References As A Bulleted List Including The Following:
name/company Of Customer Reference
period Of Performance
what Service Was Being Provided By Your Firm?
did You Use Any Subcontractors For This Requirement?
capability Statement:
please Provide Your Capability Statement, Which Adequately Supports This Requirement.
the Applicable Naics Code For This Requirement Is Naics 562119 Other Waste Collection With A Small Business Size Standard Of $47.0 Million Dollars. The Product Service Code Is P100 Salvage- Preparation And Disposal Of Excess/surplus Property.
businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement And Answer Questions Above.
this Sources Sought Is Only For The Purpose Of Identifying Potential Sources As Part Of Market Research. No Request For Proposal (rfp), Quote (rfq), Or Invitation For Bid (ifb) Exists. Responses To This Sources Sought Are Not Quotes, Proposals, Or Bids On Which The Va Can Issue Any Contract. This Notice Is Issued For Information And Planning Purposes Only And Does Not Itself Constitute An Rfp, Rfq Or Ifb. The Government Does Not Intend To Award A Contract Based Only On Responses To This Sources Sought. Responses To The Notice Will Not Be Returned. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought. The Va Will Not Pay For Information Received In Response To This Notice. Do Not Submit Pricing Information In Response To This Notice.
Closing Date8 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: The Department Of Veterans Affairs, Network Contracting Office 5 Is Issuing This Sources Sought Notice In Order To Identify Contractors That Have The Resources And Capabilities To Provide Hotel/lodging Accommodations For Veterans Enrolled At The Louis A. Johnson Va Medical Center In Clarksburg, Wv.
imoptant Notice About Market Research
this Rfi Does Not Constitute A Request For Quotation (rfq) Or A Promise To Issue An Rfq In The Future. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi. It Is The Responsibility Of The Responders To Monitor This Site For Additional Information Pertaining To This Requirement. Responses Or Questions Concerning The Composition And Requirements To The Rfi Will Not Be Returned.
all Capable Contractors Are Welcome To Respond To This Notice And Shall Provide A Brief Capability Statement That Covers The Information In The Statement Of Work, Technical Capabilities, And Estimated Pricing. The Capability Statement Shall Be Limited To 10 Pages. The Government Will Not Review Any Other Information Or Attachments Included, That Are More Than The 10-page Limit. The Government Will Not Review Generic Marketing Materials That Do Not Address The Information Contained Herein Or The Attached Documents.
background
the Louis A. Johnson Va Medical Center In Clarksburg, Wv Is Seeking To Provide Temporary Lodging Services In Non-va Facilities To Veterans. Lodging Services Are To Be Provided To Eligible Veterans Receiving Outpatient Services As Determined By The Louis A. Johnson Va Medical Center S Established Criteria. An Accompanying Individual And/or Caregiver May Be Lodged With Them In Certain Circumstances.
period Of Performance: The Contractor Shall Be Responsible To Provide Accommodations For A Base Year Period And Four (4) Additional Option Year Periods Of Service Following Date Of Award. The Total Expectation Is For Five (5) Years Of Services If All Option Years Are Exercised.
technical Requirements
hotel/motel: The Hotel/motel Must Have A Neat And Clean Appearance Both Inside And Outside. The Cleanliness And Disinfection Of All Rooms Is A Requirement For Health And Safety Of Veterans And Qualifying Guest.
rooms: Each Room Shall Have A Minimum Of Two Double Beds For Single Or Double Occupancy. Daily Room Service Should Include The Following:
make Beds. Bed Linens Are To Be Changed Every 2 Calendar Days If The Room Is Continually Occupied By The Same Va Referred Guest.
vacuum All Carpeting.
clean Bathroom Floor, Vanity, Sink, Mirror, Commode, And Bath/shower Unit.
change All Bath Linens With Laundered Bath Linens.
empty Waste Basket.
change Soap.
dust Furniture After Every Check Out.
if The Previous Night S Occupant Is Different From The Va Referred Occupant For The Next Day, The Bed Linens And Bath Linens Will Be Changed Daily As The Room Occupant Changes.
all Rooms Must Be Free Of All Bug/pest Infestations, Odor, And Mold. Veteran Will Have The Option Of A Handicap Accessible Room If Needed. The Rooms Should Be Conventional Hotel/motel Type Guest Lodging To Include Individual Thermostat Control, Color Television, Coffee Maker, Microwave, Mini Refrigerator, Telephone, And Individual Room Keys. Contractor Shall Comply With All Cities, County, And State Building Codes And Ordinances Applicable To The Ownership And Operation Of The Building In Which The Rooms Are Located.
guests: The Lodging Period(s) Will Range From 1 Night To 5 Nights Per Veteran And Their Accompanying Individual But May Also Be Approved For A Longer Stay After A Case-by-case Evaluation. The Historic Records And Anticipated Volume Per Year Is Approximately 200 To 250 Nights Total.
room Rate: Room Rate Will Be Calculated On A Checkout Time Of 11:00am. Any Late Checkouts Shall Be Charged To The Veteran. The Rooms Must Be Tax Free As The Federal Government Is Tax Exempt. Veterans Will Not Be Required To Pay A Deposit At Check-in.
scheduling The Temporary Lodging Defined As: (hoptel): An Approved Staff Member From The Clarksburg Va Medical Center Will Call The Hotel And Request A Room For A Temporary Lodging Service (hoptel). The Va Staff Member Will Give The Veterans Last Name Initial And Last 4 Of The Social Security Number To Hotel Staff. The Va Staff Member Is Not Permitted To Give The Veterans Full Name Due To Hipaa Laws. The Va Staff Member Will Ask The Hotel Staff For The Reservation Number. The Va Staff Member Will Send The Va Hoptel Form To The Hotel Either Via Fax Or Encrypted Email For The Veteran To Sign When Checking In.
check-in: Upon Arrival, The Veteran Will Check Into The Hotel Using Their Last Name Initial And Last 4 Of Their Social Security Number. The Veteran Will Be Required To Sign The Hoptel Authorization Form That The Hotel Has Received Via Fax Or Encrypted Email. Once The Form Is Signed, The Veteran And/or Their Accompanying Individual Will Be Checked In. Room Reservations Shall Be Held Until 6:00pm On The Date Of Scheduled Arrival. The Hotel Will Keep The Va Hoptel Form Stored Securely And Submit With The Monthly Billing.
billing: Invoices Will Be Uploaded Through The Governments Financial Management Processing System. All Billing Will Be In Arrears After Qualifying Stay.
telephone Calls: All Charges For Telephone Calls Will Be The Responsibility Of The Veteran.
amenities: All Charges For Extra Amenities Not Included In The Room Will Be The Responsibility Of The Veteran (i.e. Room Service, Pay-per-view, Movies, Etc.).
the Louis A. Johnson Va Medical Center Will Not Be Responsible For Nor Pay For Any Damage Caused By The Veteran. All Charges For Damages Caused By The Veteran Are The Responsibility Of The Veteran To Pay For The Damages.
Contractor Must Be The Owner/operator Of The Hotel/motel. There Cannot Be A Prime Contractor And A Subcontractor Relationship Whereby The Prime Contractor Is Not The Owner/operator Of The Hotel/motel.
location: The Hotel Shall Be Within A 15-mile Radius Of The Louis A. Johnson Va Medical Center, 1 Med Center Dr, Clarksburg, Wv 26301
inspection: The Government Reserves The Right, At Any Time Before Or After A Contract Award And During The Term Of The Contract, To Inspect The Rooms And All Other Areas Of The Building To Ensure A Safe And Healthy Environment For The Va Referred Occupants.
fire Safety: (1) Buildings In Which Space Is Offered Shall Be Evaluated In Accordance With The Latest Editions Of The Nfpa 101, Life Safety Code And American Disabilities Act (ada). (2) Equipment, Services, Or Utilities Furnished, And Activities Of Other Occupants Shall Be Free Of Safety, Health, And Fire Hazards. (3) As Required By Code, Smoke Detectors. Alarms Shall Be Installed In Each Room, Office, Storage Area, Hallways, And Other Common Areas. (4) Wheelchair Accessibility: Rooms Shall Be Wheelchair Accessible. Common Areas Such As Hallways Shall Provide An Accessible Path Of Travel For A Wheelchair.
interested And Capable Responses:
nco 5 Is Seeking Responses From Businesses That Are Interested In This Procurement And Consider Themselves To Have The Resources And Capabilities Necessary To Provide These Services. Please Respond With Your:
business Name, Business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), And Person Of Contact (including Telephone Number & Email Address).
gsa Contract Number, If Applicable, Including The Contract S Ultimate Completion Date Inclusive Of All Remaining Option Periods.
capability Statement And Summary Of Previous Experience Conducting Lodging Services For Vha And Other Entities.
approximate Cost Estimate To Perform The Work Described Per Year, Assuming The Maximum Lodging Needs Of 200-250 Nights Annually. Likewise, You Are Encouraged To Suggest A Clin Structure That Should Be Used In The Future Contract (e.g., Unit Price Per Veteran Stay, Unit Per Veteran And Approved Guest, Etc.).
responses Must Be Submitted By 2:00 Pm (est) January 10, 2025. Responses To The Information Requested Above Must Be Submitted (1) Via Email To Charles.willis@va.gov. Once Submitted, Please Request A Confirmation Reply Or A Read Receipt At Time Of Submission.
this Request For Information/sources Sought Notice Is For Planning Purposes Only. The Results Of This Market Research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition Strategy (e.g., Small Business Set-aside, Full And Open Competition, Etc.). Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses Submitted As A Result Of This Notice.
Closing Date10 Jan 2025
Tender AmountRefer Documents
71-80 of 79 archived Tenders