Kentucky Bids > Bid Detail

DA--Candidate & Employee Engagement Licenses

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159288818166521
Posted Date: Jul 26, 2023
Due Date: Aug 16, 2023
Solicitation No: W9124D23Q0225
Source: https://sam.gov/opp/fdd2c1556c...
Follow
DA--Candidate & Employee Engagement Licenses
Active
Contract Opportunity
Notice ID
W9124D23Q0225
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO SAM HOUSTON
Office
W6QM MICC-FT KNOX
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 26, 2023 09:08 am EDT
  • Original Date Offers Due: Aug 16, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  • Place of Performance:
    1307 Third Avenue Fort Knox , KY 40121
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W9124D23Q0225 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 518210 with a small business size standard of $40.00M.

This requirement is unrestricted and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-08-16 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Knox, KY 40121

The MICC Fort Knox requires the following items, Meet or Exceed, to the following:
LI 001: 700,000 Contacts in Units of 1,000 each, usable as one large surplus by every licensed user, not allocated separately. Contacts are defined by new text conversations initiated, not individual text sent, or text sent to existing conversations. Amount of text exchanged within each contact should not be restricted. Each unit will represent 1000 contacts. Base year Period of Coverage: 30 September 2023 to 29 September 2024., 700, EA;
LI 002: Candidate and Employee Engagement User Licenses (Seats). The seats willprovide employee engagement licenses to USAREC Accessions mission forautomated contact with perspective applicants which includes the ability to utilize text capabilities for conversation, one to one text capability, one to many text capabilities, automated text responses, ability to see and respond to text messages in centralized location, ability to create text campaigns, ability to analyze performance of text campaigns, ability to import leads list, ability to manage leads, ability to manage user profiles from admin profiles, ability to operate on IOS phone, and meet DoD mandated Fed Ramp Level 4 requirements.. Administration of the account dashboard shall be done from the Continental United States (CONUS) where there is a USAREC mission requirement meaning company and company servers operating within the United States. Base Year Period of Coverage: 30 September 2023 to 29 September 2024., 585, EA;
LI 003: Candidate and Employee Engagement Licenses Standard Support. 24/7/365 liverepresentative support, virtual live onboarding training. Base Year Period of Coverage: 30 September 2023 to 29 September 2024., 1, EA;
LI 004: Option Year One 700,000 Contacts in Units of 1,000 each, usable as one large surplus by every licensed user, not allocated separately. Contacts are defined by new text conversations initiated, not individual text sent, or text sent to existing conversations. Amount of text exchanged within each contact should not be restricted. Each unit will represent 1000 contacts. Option Year One Period of Coverage: 30 September 2024 to 29 September 2025., 700, EA;
LI 005: Option Year OneCandidate and Employee Engagement User Licenses (Seats). The seats willprovide employee engagement licenses to USAREC Accessions mission forautomated contact with perspective applicants which includes the ability to utilize text capabilities for conversation, one to one text capability, one to many text capabilities, automated text responses, ability to see and respond to text messages in centralized location, ability to create text campaigns, ability to analyze performance of text campaigns, ability to import leads list, ability to manage leads, ability to manage user profiles from admin profiles, ability to operate on IOS phone, and meet DoD mandated Fed Ramp Level 4 requirements. Administration of the account dashboard shall be done from the Continental United States (CONUS) where there is a USAREC mission requirement meaning company and company servers operating within the United States. Option Year One Period of Coverage: 30 September 2024 to 29 September 2025., 585, EA;
LI 006: Option Year OneCandidate and Employee Engagement Licenses Standard Support. 24/7/365 liverepresentative support, virtual live onboarding training. Option Year One Period of Coverage: 30 September 2024 to 29 September 2025., 1, EA;
LI 007: Option Year Two700,000 Contacts in Units of 1,000 each, usable as one large surplus by every licensed user, not allocated separately. Contacts are defined by new text conversations initiated, not individual text sent, or text sent to existing conversations. Amount of text exchanged within each contact should not be restricted. Each unit will represent 1000 contacts. Option Year Two Period of Coverage: 30 September 2025 to 29 September 2026., 700, EA;
LI 008: Option Year TwoCandidate and Employee Engagement User Licenses (Seats). The seats willprovide employee engagement licenses to USAREC Accessions mission forautomated contact with perspective applicants which includes the ability to utilize text capabilities for conversation, one to one text capability, one to many text capabilities, automated text responses, ability to see and respond to text messages in centralized location, ability to create text campaigns, ability to analyze performance of text campaigns, ability to import leads list, ability to manage leads, ability to manage user profiles from admin profiles, ability to operate on IOS phone, and meet DoD mandated Fed Ramp Level 4 requirements.. Administration of the account dashboard shall be done from the Continental United States (CONUS) where there is a USAREC mission requirement meaning company and company servers operating within the United States. Option Year Two Period of Coverage: 30 September 2025 to 29 September 2026., 585, EA;
LI 009: Option Year TwoCandidate and Employee Engagement Licenses Standard Support. 24/7/365 liverepresentative support, virtual live onboarding training. Option Year Two Period of Coverage: 30 September 2025 to 29 September 2026., 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC Fort Knox intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Knox is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.

New equipment ONLY, NO remanufactured or used products. No "GREY" market items.

FOB Destination CONUS (CONtinental U.S.)

Bid MUST be good for 30 calendar days after submission

No partial shipments unless otherwise specified at time of order

In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL

Award will be made in the aggregate to the lowest priced,responsive, responsible offeror. Failure to submit a price on all items willrender the quote non-responsive.
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 1109B RM 250
  • FORT KNOX , KY 40121-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 26, 2023 09:08 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >