R--Peace Corps - Contact Center Services
ID: 140D0424Q0502Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Telemarketing Bureaus and Other Contact Centers (561422)

PSC

SUPPORT- PROFESSIONAL: COMMUNICATIONS (R426)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of the Interior, through the Interior Business Center's Acquisition Services Directorate, is seeking proposals for Contact Center Services to support the Peace Corps' Office of Volunteer Recruitment and Selection Services. The contractor will manage operations for the Pipeline Assessment Group (PAG), focusing on lead generation, customer service, application processing, and performance evaluation over a 12-month period, with the possibility of four additional extensions. This initiative is crucial for enhancing the Peace Corps' outreach and recruitment efforts, emphasizing the importance of high-quality customer engagement in attracting potential volunteers. Interested parties, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their proposals by 3:00 PM Eastern Time on October 9, 2024, and can direct inquiries to Michael McGuire at MIKE_MCGUIRE@IBC.DOI.GOV or by phone at 703-964-3622.

    Point(s) of Contact
    Mcguire, Michael
    (703) 964-3622
    (505) 346-2744
    MIKE_MCGUIRE@IBC.DOI.GOV
    Files
    Title
    Posted
    The document outlines the pricing schedule template for RFQ 140D0424Q0502, primarily focusing on contact center services and travel expenses for a federal contract. It details various components categorized as Firm Fixed Price (FFP) and Time & Materials (TM) for each contract line item number (CLIN) corresponding to both base year and four optional years. The total estimated cost for services and travel over five years amounts to $182,600. Additionally, it requires vendors to propose a minimum staffing plan, including labor categories, hourly rates, estimated hours, and personnel for each year. The document mentions compliance with Service Contract Labor Standards (FAR 52.222-41) but leaves several fields blank for bidders to complete, signifying that these proposals will be evaluated as part of the overall quote assessment process. The summary reflects the structured financial and labor requirements for potential service providers responding to this federal request for quotes, integral to the government procurement process.
    The document outlines the Performance Work Statement (PWS) for a non-personal services contract between the Pipeline Assessment Group (PAG) and the Peace Corps Office of Volunteer Recruitment and Selection (VRS). The contractor will provide operational support to improve lead generation and refinement for potential Peace Corps volunteers. Key services include answering recruitment inquiries via phone, email, and online chat, alongside following up with leads to ensure quality customer engagement. The contractor must maintain high standards of quality control and assurance, adhering to specific communication metrics and staffing requirements. Direct supervision of contractor employees by the government is not exercised, and the contractor is responsible for hiring qualified personnel, including a program manager with relevant experience. Security requirements mandate personnel to undergo background checks, and there are stringent procedures regarding data handling and IT access. Overall, the document emphasizes the need for exceptional customer service and effective communication in recruiting efforts, while providing a comprehensive framework for contractor responsibilities and expected outcomes for the Peace Corps recruitment program.
    The document outlines a Five-Minute Project Reference Check form designed for contractors responding to government RFPs. It provides instructions for both the quoters and their designated project references. Quoters must complete SECTION A, detailing their business name, reference details, project title, period of performance, contract value, and a project description. References complete SECTION B by evaluating the contractor's performance across several statements related to project management, service quality, communication, risk management, and overall satisfaction. The feedback is structured on a scale from 'Strongly Disagree' to 'Strongly Agree,' allowing for quantitative assessment. An additional comments section is available for further insights. The primary purpose of this document is to facilitate a quick but effective evaluation of contractor performance to inform decision-making on future project hires, emphasizing accountability and quality in government contracting processes. This form plays a critical role in ensuring that contracts align with expectations and that contractor qualifications meet project demands.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for performance monitoring by the Peace Corps for a contract regarding the Pipeline Assessment Group (PAG). This plan articulates the procedures for assessing contractor performance to ensure adherence to required standards. The QASP defines essential elements such as the purpose of monitoring activities, government roles, methodologies for performance assessment, and documentation requirements. Key elements include the accountability of the contractor for quality management and the government's impartial evaluation of contract compliance through various surveillance techniques, such as direct observation, analysis of contractor reports, and customer feedback. The plan emphasizes performance over compliance, encouraging contractors to innovate in their service delivery while meeting established performance standards. Performance metrics and acceptable quality levels are detailed, ensuring that the contractor's outputs are monitored against defined benchmarks. The QASP also provides a mechanism for addressing deficiencies, reinforcing the contractor's obligation to maintain quality while detailing reporting processes to ensure accountability. This document functions within the broader context of federal RFP requirements, emphasizing enhanced performance management in governmental contracts.
    This document serves as a template for reporting on limitations regarding subcontracting for federal contracts. It requires specific information, including the Contract Number (PIID), set-aside type, and total contract value, along with the performance period dates. The report outlines payments made to similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS) during the contract's performance period, highlighting amounts paid for compliance evaluation with subcontracting limitations. The calculation for the limitation on subcontracting percentage is specified but shows a division by zero error due to no amounts being reported. Overall, the document aims to ensure transparency and adherence to federal guidelines in subcontracting practices, essential for maintaining fair competition and compliance with small business regulations within government contracts.
    The Peace Corps is seeking quotes for Contact Center Services through RFQ 140D0424Q0502 aimed at enhancing volunteer recruitment efforts. This solicitation is set aside for Total Women-Owned Small Businesses and involves managing operations of the Pipeline Assessment Group (PAG) for an anticipated period of 12 months, with four optional extensions. The contractor will be responsible for lead generation, customer service, application processing, and performance evaluation, thereby ensuring effective recruitment support. Proposals must adhere to FAR regulations, include detailed technical and pricing structures, and demonstrate capability and experience in similar operations. Evaluation will focus on management approach, personnel qualifications, experience, and past performance to ensure the best value for the government, with price being a secondary consideration. The RFQ submission deadline is set for 3:00 PM Eastern Time on October 9, 2024. This initiative underscores the Peace Corps' commitment to enhancing its outreach and recruitment processes through specialized service providers.
    The Request for Information (RFI) seeks input from potential contractors for the Pipeline Assessment Group (PAG) Virtual Contact Support Services in support of the Peace Corps Office of Volunteer Recruitment and Selection Services, focusing on recruitment and leads generation. This RFI is for informational purposes only and does not guarantee a contract or reimbursement for costs incurred in the response; all responses must be submitted by April 26, 2024. The anticipated work involves various communication channels and requires the contractor to manage and refine leads while adhering to specific operational requirements across US time zones.
    The Peace Corps is soliciting responses to a Request for Information (RFI) regarding the provision of Virtual Contact Support Services for recruitment and leads generation via various communication channels. The RFI aims to gather market information to help finalize government requirements and acquisition strategies, while clarifying that participation does not guarantee a contract and all associated response costs are borne by the respondent. Organizations interested in participating must submit their responses by April 26, 2024, including a capabilities statement and necessary business information.
    This document serves as an amendment to a federal solicitation, specifying that it is a 100% Women-Owned Small Business (WOSB) Set Aside, correcting a previous error that labeled it as a "Total Small Business Set Aside." The amendment outlines the requirements for offerors to acknowledge receipt, emphasizing that failure to do so may result in the rejection of offers. It gives instructions for submitting changes to offers, including the acknowledgment methods and deadlines. The amendment does not alter any terms apart from this clarification and other necessary administrative changes. The clear objective is to ensure compliance with specific federal regulations under the FAR (Federal Acquisition Regulation) concerning set-asides for women-owned businesses, thereby supporting equity in federal contracting opportunities.
    The document outlines a Request for Proposal (RFP) from the federal government, specifically the Interior Business Center, Acquisition Services Directorate. It includes various administrative details such as payment instructions, solicitation numbers, and the offer due date of October 9, 2024. The RFP is classified under the North American Industry Classification System (NAICS), and it mentions the engagement of small businesses, including those that are Service-Disabled Veteran-Owned, Women-Owned, and Economically Disadvantaged Women-Owned, indicating a commitment to inclusivity in the bidding process. The document stresses the importance of completing several blocks for proper identification of the contractor and their proposal, and notes that certain attachments referenced are not included. It emphasizes that responses to the solicitation must adhere to the Federal Acquisition Regulation (FAR). Lastly, it highlights that the document is for commercial items and includes instructions for submission and invoicing, reflecting standard procedures for federal contracting. Overall, this RFP serves as a formal solicitation for bids on federal procurement, emphasizing compliance and inclusivity in the bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    VRS University Athletic Sponsorships through Van Wagner
    Active
    Peace Corps
    The U.S. Peace Corps is seeking to award a Sole Source purchase order to Van Wagner Sports & Entertainment, LLC for advertising services at selected university athletic events through its Office of Volunteer Recruitment and Selection (VRS). The procurement aims to enhance the visibility and recruitment efforts of the Peace Corps by leveraging university sporting events, with a contract period consisting of a base year and two optional 12-month extensions. This initiative is critical for promoting the Peace Corps' mission and attracting potential volunteers, and the anticipated award will be a firm-fixed price purchase order under the authority of FAR Subpart 13.501. Interested parties may direct inquiries to Krystal Au at kau@peacecorps.gov, referencing “1145PC24Q0033” in the subject line.
    VRS Athletic Sponsorships through IMG College, LLC
    Active
    Peace Corps
    The U.S. Peace Corps is planning to award a Sole Source purchase order to IMG College, LLC for advertising services at selected university athletic sporting events, aimed at enhancing the visibility of the Peace Corps's Office of Volunteer Recruitment and Selection (VRS). The contract will be executed under simplified acquisition procedures, with a base performance period extending from the date of award through June 30, 2025. This initiative is crucial for promoting the Peace Corps' mission and attracting potential volunteers through strategic marketing at athletic events. Interested parties may direct inquiries to Krystal Au at kau@peacecorps.gov, referencing “1145PC24Q0034” in the subject line, as this notice is not a request for quotes or proposals.
    Peace Operations Training and Assistance in Chad
    Active
    State, Department Of
    The U.S. Department of State is seeking contractors to provide training and assistance under the Global Peace Operations Initiative (GPOI) in Chad, aimed at enhancing the peacekeeping capabilities of the Chadian National Army (ANT). The procurement involves comprehensive management, training, personnel, and logistical support to facilitate various training programs, including mission planning and operational readiness, while adhering to UN policies and emphasizing gender integration. This initiative is critical for strengthening Chad's capacity to participate in international peacekeeping missions, reflecting the U.S. government's commitment to global security efforts. Interested parties should contact Coy Brown at browncl1@state.gov, with proposals due by September 23, 2024, as outlined in the solicitation documents.
    D--INTERACTIVE VOICE RESPONSE (IVR) SW-16
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the maintenance of an Interactive Voice Response (IVR) and Automatic Call Distribution (ACD) system for the Office of Information Technology (OIT). The procurement aims to enhance customer interactions and improve service efficiency by updating IVR functionalities, integrating with existing telephony infrastructure, and providing ongoing maintenance and training. This initiative is crucial for modernizing service delivery within the Indian Affairs Service Center, which handles a monthly call volume of approximately 3,000. Interested Indian Economic Enterprises (IEEs) must submit their proposals electronically by the specified deadlines, with the contract anticipated to span from October 1, 2024, to September 30, 2029. For further inquiries, contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622.
    Global Peace Operations Initiative Capacity Building Assistance in Malawi
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals from qualified small businesses to provide capacity building assistance for the Malawi Defense Force (MDF) under the Global Peace Operations Initiative (GPOI). The primary objective of this procurement is to enhance Malawi's ability to prepare, deploy, and sustain its peacekeeping forces through comprehensive training and mentorship, in collaboration with international partners such as the British Peace Support Team and the government of Brazil. This initiative is crucial for strengthening Malawi's self-sufficiency in peacekeeping operations and supporting U.N.-mandated missions. Proposals are due by 12:00 PM EDT on September 27, 2024, and interested vendors must submit questions by 10:00 AM EDT on September 4, 2024, to the IP Contracting Team at IPContractingTeam@state.gov.
    UNICOR Sales Representative
    Active
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for the position of Sales Representative under solicitation number PRC0002-24. The primary objective of this contract is to enhance UNICOR's business development activities by identifying and developing new domestic and international business opportunities for its products, which include textiles, electronics, and industrial goods. This initiative is crucial for expanding UNICOR's customer base and promoting its mission of job training and economic self-sustainability within federal prisons. Interested contractors must submit their proposals via email by October 18, 2024, at 2:00 PM EST, and are encouraged to direct any questions to Aaron Mitchell at aaron.mitchell2@usdoj.gov by October 10, 2024. The contract will be executed as a one-year fixed-price indefinite delivery-indefinite quantity contract, with an option for a second year.
    Peace Operations Training and Assistance in Zambia
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals for a federal contract titled "Peace Operations Training and Assistance in Zambia," aimed at enhancing the capacity of the Zambia Defense Force (ZDF) to prepare, deploy, and sustain effective peacekeeping forces in support of UN-mandated tasks. The contract encompasses the development and delivery of high-quality training, strategic mentorship, and the procurement of necessary equipment and supplies for pre-deployment training, all tailored to the unique needs of the ZDF and aligned with UN policies. This initiative is crucial for strengthening Zambia's role in international peacekeeping efforts and ensuring operational readiness for regional missions. Interested small businesses must submit proposals by 12:00 PM EDT on September 27, 2024, and can direct inquiries to Holli Baker at BakerHC@state.gov or the IP Contracting Team at IPContractingTeam@state.gov.
    Armored Personnel Carriers - Nepal
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals for the procurement of nine Armored Personnel Carriers (APCs) to support peace operations training in Nepal. This initiative, part of the Global Peace Operations Initiative (GPOI), aims to enhance the operational capacity of the Nepali army for potential United Nations missions by providing various APC configurations and comprehensive training in vehicle operation and maintenance. The contract, which is a total small business set-aside, requires compliance with strict procurement regulations under the Foreign Assistance Act, emphasizing the importance of U.S. content in the vehicles and equipment. Interested parties must submit their proposals by the specified deadline, and for further inquiries, they can contact the IP Contracting Team at IPContractingTeam@state.gov or Coy Brown at browncl1@state.gov.
    Construction Management Services
    Active
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for Construction Management Services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative aims to enhance GPO's project management capabilities for construction projects, particularly for the renovation of GPO Building D, by providing necessary labor, materials, supervision, and operations over a five-year period, with a total ceiling price of $10 million. The selected contractor will be responsible for delivering project management plans, progress reports, and quality assurance monitoring, ensuring compliance with contract specifications and effective project execution. Interested offerors must submit their proposals, including a Past Performance Questionnaire, by September 19, 2024, and can contact Sae Jeong at sjeong@gpo.gov or Troy White at twhite@gpo.gov for further information.
    Administrative Support Services
    Active
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide administrative support services at the U.S. Embassy in Quito, Ecuador, primarily focused on a major contact management project coinciding with the arrival of a new Ambassador. The selected contractor will be responsible for transferring approximately 6,000 contact records to the Salesforce database, ensuring data accuracy, and assisting with event preparations for representational functions, including the processing of end-of-year gratuities. This contract, which is fixed-price for a period of 12 months, emphasizes the importance of operational efficiency and continuity in support of the Embassy's activities. Interested parties must submit their proposals by 5:00 p.m. local time on September 19, 2024, and can direct inquiries to Deryl Van Coblijn at QuitoProcurement@state.gov.