Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2002 FBO #0110
SOLICITATION NOTICE

R -- CONSULTING SERVICES ON THE IMPLEMENTATION OF TITLE XI VIOLENT CRIME CONTROL ACT OF 1994

Notice Date
12/8/1999
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1310 G Street, N.W., Suite 400 East, Washington, DC 20220
 
ZIP Code
20220
 
Solicitation Number
A-00-0002
 
Point of Contact
Patricia Wolfe, Contract Specialist, Phone (202) 622-2888, Fax (202) 622-2343, Email patricia.wolfe@do.treas.gov - Norman Wakefield, Contract Specialist, Phone 202-622-9391, Fax 202-622-2343, Email dale.wakefield@do.treas.gov
 
E-Mail Address
Patricia Wolfe
(patricia.wolfe@do.treas.gov)
 
Description
s Technical Representative (COTR) and shall provide the necessary personnel, materials, equipment, services, and facilities (except as otherwise specified) to perform the tasks listed below. Contractor Tasks/Deliverables: The Contractor shall: Task 3.1 Provide advice on a weekly basis, as requested, to the Secretary, Deputy Secretary, Under Secretary (Enforcement), Senior Advisor for Firearms Policy, and other senior Treasury officials on issues relating to Treasury Enforcement programs that focus on firearms and the reduction of firearm-related violent crime. Emphasis shall be on efforts that will enhance Treasury's initiatives in the areas of violent crime reduction, youth firearms, violence, illegal firearms trafficking, Federal fires Office of Enforcement and ATF to consider as they seek ways to maximize opportunities provided by Title XI for reducing juvenile firearms violence and illegal firearms markets. The reports shall specifically focus on actions and recommendations relating to Treasury's policy goals (medium and long term) concerning the provisions of the Act relating to firearms. A copy of the Integrated Violence Reduction Strategy, which contains the goals of the Department of Treasury and Under Secretary (Enforcement) will be provided to the contractor by the COTR. ($_______) Task 3.6 Develop an oral presentation on the project and written reports as described below. Prepare an outline of the presentation and submit it to the COTR 10 days before the presentation. Make the presentation to the Under Secretary (Enforcement) in Washington, DC. ($________) Task 3.7 Prepare a quarterly summary report of activities and submit as described below. ($_________). Assuming a contract completion of Decembers Technical Representative prior to final acceptance. 5.0 SCHEDULE OF PERFORMANCE. The work shall be performed primarily at the contractor's place of business beginning five days after award through December 1, 2000. The final reports will be due on a date to be determined by U. S. Department of Treasury, but no later than November 15, 2000. 6.0 GOVERNMENT FURNISHED INFORMATION. The Government shall provide access to all documentation required to complete the tasks under this contract, excluding law enforcement sensitive (unless approved by ATF officials), or classified documents or files, no later than five (5) days after request by the contractor. The Government will provide this information electronically when possible and by facsimile. 7.0 SECURITY REQUIREMENTS. Although most information is available through public disclosure, the contractor will be reviewing internal Treasury Department documents. Information contained in such material shall be treated as confidential and shall not be divulged or made known in any manner to any person except as may be necessary in the performance of this contract. 8.0 CONTRACTOR QUALIFICATIONS. The Contractor minimum qualifications, which are stated herein, are necessary so that the U. S. Department of the Treasury officials might have the benefit of an academic and strategic perspective on implementation of violent crime control over the medium and long term. Advice, critiques, and recommendations shall be based on comprehensive academic knowledge and made to the policy makers responsible for overseeing implementation of the Act. The Contractor shall meet the following minimum qualifications: (1) The contractor shall have expertise in violent firearms crime and enforcement and the regulatory systems relating to firearms crime, including youth and juvenile firearms violence. This expertise shall be demonstrated by having published articles in a range of general or scholarly publications. (2) The contractor shall have expertise in law enforcement and policies with emphasis on the development of new law enforcement strategies focused on firearms. This expertise shall include problem solving, policing, and community-focused approaches. Field research and having published articles in a range of general or scholarly publications shall demonstrate this expertise. (3) The contractor shall have demonstrated practical knowledge of gun-related law enforcement tools, such as gang mapping, gun tracing, and computer analysis. This knowledge shall be demonstrated by having published articles or references from law enforcement agencies. (4) The contractor shall have at least two years experience in teaching the history, ideas, and public policy responses to violent crime in the United States in a major educational institution. (5) The contractor shall have previous practical experience in an advisory role to law enforcement agencies, government commissions, and Federal, state, and local government agencies. This shall be reflective of a national reputation for expertise, objectivity, and balance. (6) The contractor shall have the ability to communicate well orally and in writing, demonstrated by media quotations, publications, and a brief writing sample. We will evaluate your proposal based on the "Best Value" methodology. Technical expertise is more important than past performance and price. Past performance is more important than price. Your proposal will be evaluated using the following criteria: 9.0 Evaluation Factors. 9.1 Executive Summary. Offeror shall provide an executive overview of the proposed approach to accomplishing the statement of work highlighting the significant attributes. 9.2 Technical/Management Proposal. Offeror shall describe his/her technical approach to fulfilling agency requirements in accordance with the statement of work. Offerors should pay careful attention to Section 8.0, Contractor Qualifications. Offerors shall identify by name those individuals who are being proposed as key personnel. The offeror shall describe the proposed key personnel's specific qualifications and experience. Identified experience should be relevant to the proposed effort. 9.3 Past Performance. Offerors shall submit reference contacts for three related projects within the past five years, to include the name, address, and telephone number of the reference. 9.4 Price. The Government requests the offeror to price each task/deliverable separately and in the format the offeror chooses. Price proposals shall be submitted in a separate envelope. The following FAR Clauses are applicable to this solicitation: 52.212-1- Instructions to Offerors; 52.212-2 - Evaluation - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial Items. Mail three copies of your technical and price proposals to: Department of the Treasury, Procurement Services Division, RM 1310G, Suite 400E, 1500 Pennsylvania Avenue, NW, Washington, DC 20220, ATTN: Ms. Patricia M. Wolfe (202) 622-2888, or hand deliver to 1310 G Street, Suite 400 E., Washington, DC. All responses must be received by 3:00 p.m. EST, Monday, December 20, 1999.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/DOPSD/PSD/A-00-0002/listing.html)
 
Record
SN00046234-F 20020322/020320214416 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.