Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOURCES SOUGHT

D -- Application Support Centers (ASC)-WORLDWIDE

Notice Date
8/1/2003
 
Notice Type
Sources Sought
 
Contracting Office
DHS - Direct Reports, Office of Shared Services, Headquarter's Procurement Division, 425 I Street, N.W. Room 2208, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
Reference-Number-HQ-30001JH
 
Response Due
9/2/2003
 
Archive Date
9/2/2003
 
Point of Contact
Jeanette Housen, Contracting Officer, Phone 202-305-3113, Fax 202-616-2414, - Jeanette Housen, Contracting Officer, Phone 202-305-3113, Fax 202-616-2414,
 
E-Mail Address
jeanette.housen@usdoj.gov, jeanette.housen@usdoj.gov
 
Description
APPLICATION SUPPORT CENTERS (ASC) - WORLDWIDE: The following is a request for information (RFI) for planning purposes only. DHS has a worldwide requirement for: fingerprinting and other biometrics collection; ASC scheduling center/local scheduling support; outreach mobile route operations; facilities leasing/maintenance; application collection; special projects; forms and information distribution; citizenship testing services; project/administrative support; and other services to individuals seeking immigration benefits and/or entry into the U.S.A. Biometrics capture and other services for approximately 2.9 million immigration applicants annually is currently performed by almost 1,100 contractor staff at: approximately 135 government- or contractor-leased ASCs throughout the USA and its territories; over 45 domestic mobile routes; three overseas ASC test sites in Russia, Austria, and Kenya; and approximately 17 overseas mobile routes. Sites may be added, moved, or deleted worldwide, and may include up to 150 overseas mobile routes with some travel to very primitive locations. Overseas sites/routes may be required in Europe, Asia, Africa, South and Central America, and Pacific locations. DHS anticipates significant ASC organizational and process changes to meet future workload and homeland security issues. Changes may include expanding biometrics capture to all immigration-benefits applicants (approximately 7 million annually), and/or to significantly expand or relocate biometrics collection overseas. The prime vendor must assume all leases for contractor-leased space (currently 83 leases), and may be required to obtain leases for a new domestic scheduling center, and potentially all overseas sites. All contractor staff must be U.S. citizens, and must be able to obtain a T-2 clearance. Labor categories will vary by site and may consist of site supervisors, quality assurance specialists, biometrics technicians, application technicians, linguists, armed and unarmed guards, schedulers, and other labor categories that cover the work listed above. The DHS intends to acquire these services by awarding a competitive multiple-year BPA to up to two prime contractors with current General Services Administration (GSA) contracts. All prime-contractors MUST be Schedule 84 contract holders. Team members must be GSA Schedule contract holders. Subcontractors (non-team members) will not need to be Schedule holders. DHS intends to limit Prime Offeror Teams to combined business concerns/organizations over 2,500 employees due to the staffing and management requirements of this large-magnitude project. DHS will provide electronic solicitation copies only. DHS anticipates receipt of proposals by January 2004, BPA award(s) by July 2004, and full contractual performance to begin November 2004. All interested business concerns shall provide the company name, mailing address, point of contact, email address, GSA Schedule 84 contract information, and information indicating the vendor's capability to provide these services in ten (10) or less pages, to the contracting officer listed below. Text shall be at least single spaced, on a 8 ? x 11 inch paper, with a minimum one inch margin all around. Pages shall be numbered consecutively. Pages submitted in excess of the page limitations stated throughout this document will not be evaluated. Font Size - Print shall be of a minimum 12-point font size or a maximum 10 characters per inch (10-pitch, pica) spacing. If not currently on GSA Schedule 84, your response MUST include replies to the following questions: (1) Is your company willing to take the steps necessary to get on GSA Schedule 84? (2) Please provide your anticipated timeframe and plan to get on GSA Schedule 84. All prime contractors considered eligible for this award must be on GSA Schedule 84 by December 31, 2003. The Department of Homeland Security encourages the establishment of Contract Teaming Arrangements in accordance with - and as prescribed by - FAR Subpart 9.6. Use of information received from industry to complete final planning documents will be at the discretion of the government. The government will not pay for the information solicited. Proprietary information shall not be sent. Questions may be submitted via email to the contracting officer only on August 18, 2003. Submit responses no later than September 2, 2003 via email. Attachments must be MS Office 97 compatible. Reply to Jeanette Housen, email address jeanette.housen@dhs.gov, telephone number (202) 305-3113. An electronic response is the only accepted method.
 
Record
SN00389428-W 20030803/030801213045 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.