Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
SOLICITATION NOTICE

R -- Forensic Examiner for Electronic Devices

Notice Date
4/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit - PPMS, FBI Engineering Research Facility, FBI Academy Hogan's Alley, Building 15, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
06-Q-138224
 
Response Due
5/8/2006
 
Archive Date
5/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis/solicitation is for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only notice; a paper solicitation will not be issued. Request for Quotation (RFQ) number 06-Q-138224 shall be referenced on any technical quote and price quote. The Technical proposal and price quote must be submitted as separate documents. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07, Effective 2 February 2006. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This RFQ is being conducted as a 100% small business set aside. The Federal Bureau of Investigations (FBI) has a requirement for the following: 1.0 General This Statement of Work (SOW) establishes tasks, deliverables, and performance conditions required under this contract for the U.S. Department of Justice, Federal Bureau of Investigation (FBI), Washington, D.C. 1.1 Overview The FBI's Cryptologic and Electronic Analysis Unit (CEAU) of the FBI's Operational Technology Division (OTD) are tasked with enabling the FBI and other law enforcement agencies to collect evidence and intelligence through the forensic examinations of electronic devices which are received in conjunction with criminal, counterterrorism, and foreign counterintelligence investigations. The devices are received from all levels of federal and local law enforcement agencies. They are categorized as commercial electronics and typically include electronic organizers, personal digital assistants, pagers, cellular telephones, fax machines, ground positioning systems, and digital satellite receivers. 1.2 Period of Performance The period of performance for this effort shall commence on the date of contract award and extend through one calendar year with four one year options. 1.3 Place of Performance The work location will be a government facility in Stafford, Virginia, the Engineering Research Facility on the Quantico Marine Base in Quantico, Virginia, or the contractor?s business location. The contractor should state where examinations will take place. The contractor?s use of his/her business location is subject to government approval, and the contractor shall ensure his/her business location meets or exceeds FBI Digital Evidence Laboratory (DEL) requirements in effect now or when amended. To ensure such compliance, the contractor shall permit inspection of his/her business location during any business day, possibly without advance notice, by FBI employees or FBI-authorized inspectors of the American Society of Crime Laboratory Directors. The Contractor must understand and shall agree that is it possible that a majority or all work to be completed under this task will be conducted in Government provided facilities. This will be dependent upon the availability and application of yet to be identified Government resources. 1.4 Work Schedules Work schedules under this SOW will be approved by the COTR. Working hours and billable hours in excess of 40 hours per week per employee shall be approved in advance by the FBI's Contracting Officer (CO) and the COTR. The ERF, and other Government provided facilities, will, at a minimum, be available from 7:00 am to 5:00 pm, Monday through Friday, excluding Federal Government holidays. 1.5 Contractor Personnel The work assignments contemplated by this SOW are complex and demanding. The Contractor shall assign professional, technical, and other personnel with the experience necessary to successfully complete this SOW. Personnel assigned must possess highly developed professional skills in a number of disciplines, and considerable flexibility in completing work assignments. The Contractor shall, in advance, identify proposed Contractor personnel, provide their resumes to the COTR, and make them available for discussions with the COTR, if requested, for an evaluation of their suitability and impact on this contract. 1.5.1 Forensic Examiner - CEAU estimates that this Statement of Work will require two full-time forensic examiners for up to1920 hours per year. The Contractor shall currently possess a TOP SECRET clearance. 1.5.1.1 Experience and Training Experience shall include at least ten (10) years at a law enforcement laboratory conducting electronic device examinations on electronic organizers, personal digital assistants, cellular telephones, GPS or digital satellite receivers. The Contractor shall possess an excellent theoretical and practical background in the types of equipment utilized in electronic device analysis through hands on experience, education, and review of appropriate literature. In forensic examinations conducted and expert testimony provided, the Contractor must have met the highest standards of the appropriate scientific disciplines and professional societies. 1.5.1.2 Testimony The Contractor shall satisfactorily document that he/she has conducted forensic examinations of electronic devices and that he/she has also provided testimony on his/her electronic device examinations on at least ten (10) occasions in federal, state, or local courts. 1.5.1.3 Education The Contractor shall possess a minimum of a Bachelor of Science degree in electrical engineering. 1.5.1.4 Proficiency Testing and Courtroom Monitoring The Contractor shall comply with the FBI's Proficiency Testing and Courtroom Monitoring practices. 1.6 Changes in Contractor Personnel The personnel identified shall be considered essential to the work to be performed under this contract. The Contractor shall notify the COTR two weeks in advance before removing, replacing, diverting, or adding to any of the listed, specified, and/or proposed personnel. This notification shall include justification (including proposed addition, deletions, or substitutions) in sufficient detail to permit evaluation of the impact on this contract. 2.7 Past Performance. Offerors shall submit 3 references, along with a contact persons name, phone number and email address. 2.0 Scope of Work The Contractor shall serve as an examiner, advisor, and expert witness in the forensic field of electronic device examinations. The Contractor must be able to properly handle chain of custody of original evidence, mark and identify evidence, conduct examinations involving complex analysis, prepare scientific reports, provide expert testimony, and carry out forensic research, as directed. The Contractor shall adhere to all FBI DEL policies, procedures, and quality assurance measures. At government expense, the Contractor will attend and satisfactorily complete any training or certifications that become requisite to DEL services. 2.1 Task Orders 2.1.1 Electronic Device Examinations The Contractor shall conduct forensic examinations of electronic devices following the standard operating procedures for each. The Contractor shall attempt to determine the intended operation of these devices, retrieve any system or user-entered information, test the devices for functionality, and perform other examinations specified by the COTR. 2.1.2 Evidence Handling If authorized to provide services from a business location, the evidence shall be sent to the Contractor using Federal Express. The evidence will be returned from the Contractor to the FBI facility using Federal Express. The Contractor shall set up his/her own Federal Express account if working from business location. The Contractor will be reimbursed all appropriate Federal Express charges on the monthly invoice submitted to the FBI. The Contractor shall sign government chain of custody forms and return the signed forms with the evidence. The Contractor assumes responsibility for the security and integrity of evidence in his/her custody. The Contractor shall secure evidence in a General Services Administration-approved security container when not under examination or direct supervision of the Contractor. 2.1.3 Reports The Contractor shall prepare written reports regarding the methodology employed to accomplish the electronic device examinations. The reports shall be prepared in accordance with established FBI DEL standards and submitted in a format specified by the COTR. The Contractor must maintain original notes and a communications log in a format set forth by the COTR. The Contractor shall fax all draft documents to the FBI until such time as they are determined to be complete by the COTR. The Contractor shall send all finalized documents to the FBI using Federal Express. Finalized documents will include but are not limited to final reports, chain of custody log, communication log, original notes, shipping invoices, data print outs, and a documentation envelope. 2.1.4 Testimony The Contractor shall provide testimony on their examinations as required by the FBI or other originating law enforcement agency when approved by the FBI. 3.0 Deliverables During the performance of the work specified herein, the Contractor shall provide recurring reports, periodic reports, and one-time deliverables as specified by the COTR. The Contractor shall hand deliver to the COTR or deliver via courier or other agreed upon method, all written deliverables specified in this SOW and resulting Task Order(s). All documents will be delivered in one (1) hard copy and one (1) digital copy. 3.1 Recurring Deliverables Recurring deliverables include Monthly Status Reports that are required for the duration of this contract. These reports shall include a narrative section describing the progress achieved during the reporting period, plans for the forth-coming reporting period(s), and any anticipated problems, including any required Bureau action. The report must include an itemized list of all costs expended during the reporting period. This includes the hours expended during the reporting period for each labor category, Other Direct Costs, travel costs, any miscellaneous costs, costs expended to date and remaining funds on the contract. The monthly status reports shall be delivered to the COTR by the 15th of each month, or other specific data that may be agreed to. 3.2 Other Deliverables During the course of this contract, the Contractor shall prepare and deliver documents and/or automated tools and techniques related to the completion of the particular tasking at hand as required by the COTR. 3.3 Acceptance Criteria The Contractor must meet all requirements defined in this SOW and resulting Task Orders. Acceptance of all written documents and other deliverables will be based upon COTR review and approval. References, notations, and footnotes will be clearly documented. Graphs, charts, columns, and rows of data will be legible, and Government comments will be incorporated into their respective final documents and reports. 4.0 Government Furnished Materials (GFM) The Contractor should state whether he/she will require government-furnished equipment and the requested date for delivery of such materials to the Contractor; however, the government reserves the right to require that the contractor use government-furnished equipment. The Contractor shall have insurance on their business location and on government-furnished equipment, if government equipment is provided. The Contractor will be responsible for the value of the government property. The amount of deductible insurance will be a matter for the insured and insurer to determine. The Contractor will not be required to provide spare parts and maintenance for government furnished equipment. However, the Contractor will be required to maintain the equipment in a clean and operable condition. The Contractor can propose the use of alternate or supplemental equipment, if the Contractor has such equipment available. Any contractor provided equipment to be used shall be identified in the proposal by manufacturer name, model number, serial number, and a description of the equipment features (e.g. Intel Pentium IV, 3 GHz, 512 MB Ram, 200 GB hard drive). 4.1 Examination of Government Furnished Material (GFM) The Contractor shall carefully preform a complete inspection upon receipt of GFM for adequacy with respect to quality as well as quantity to ascertain that all material required has been provided. Materials found to be damaged or missing will be replaced by the Government, if reported by the Contractor within ten (10) calendar days after receipt of the GFM.. Upon acceptance by the Contractor, the Contractor assumes full responsibility for the care and safekeeping of the GFM. 4.2 Return and Shipment of Government Furnished Material All nonconsumable and/or unused consumable GFM shall be returned to the Government no later than 30 calendar days after contract completion. 5.0 Security 5.1 Limited Access Due to the nature of the materials relating to the FBI in general, and this SOW in particular, and the FBI's requirements to limit access to only those who have a need-to-know, all access to material shall be strictly limited and controlled. Any oversight, or other purpose by the Contractor of Contractor personnel, beyond personnel assigned directly to a task must be coordinated through and approved by prior, written approval of the COTR. 5.2 Clearance Level 5.3 Contractor Personnel The Contractor personnel involved in this work shall possess a minimum security clearance of TOP SECRET and may be required to have clearances up to the TOP SECRET/SCI level for certain tasks. Contractor personnel will be required to sign Non-Disclosure Agreements. The Contractor will comply with the current version of the National Industrial Security Program Operating Manual (NISPOM) and the Security Classification Guild (DD-254) issued by the Government at time of contract award. All of the work to be undertaken by this task is sensitive, ad some of it is highly classified. Contractor personnel will require access to classified information and have access to classified areas. All Contractor personnel associated with this work must be U.S. citizens. The provisions of the DD Form 254 are applicable. Classification will be based upon derivative authority or upon guidance provided by Amy Kivler, Customer Security Officer, FBI, at (703) 632-6110. 6.0 Travel and Other Direct Costs The Government anticipates that there will be some Other Direct Costs (ODCs) and travel. ODCs and travel must have prior approval from the COTR. 6.1 Other Direct Costs (ODCs) The Contractor shall purchase specialized equipment and materials needed to conduct forensic examinations and prepare a written report of the findings under this contract. Such expenses will be reimbursed by the Government as Other Direct Costs. All purchases shall be approved in writing by the COTR in advance of purchase execution. The Contractor shall provide an itemized list or items purchased as part of its monthly status reports as described in section 4.1 above. 6.1.1 Compensation for forensic examinations The Contractor shall be paid at a rate which will be negotiated at the beginning of each fiscal year. The Contractor shall be paid at that negotiated rate for all work which is performed with respect to the electronic device examinations which he/she performs. 6.1.2 Compensation for testimony and training The Contractor shall be paid at the negotiated rate for time which is spent physically traveling to and from the site at which testimony is to be given or training received. The Contractor shall be paid at the negotiated rate for time which is spent in training, giving testimony, or at the courthouse waiting to give testimony. The Contractor shall be responsible for any tuition charges for required training. The Contractor will be reimbursed for travel expenses in accordance with the prevailing Federal Travel Regulations, chapter 301. 6.2 Travel The Contractor shall be reimbursed for travel and associated lodging and Per Diem costs in accordance with the version(s) of the Government's Joint Travel Regulations (JTR) effective on the date(s) of travel. If testimony is required in a court of law or grand jury, the contractor will be required to travel and testify as to the results of his/her examination. The contractor will be reimbursed in accordance with the prevailing Federal Travel Regulations, Chapter 301. The contractor will be paid for testimony at a preestablished rate. The identity of the contractor will not be protected relative to any services or courtroom testimony provided under this contract. Under normal circumstances, the duration of the service will be established in advance of the service. Advance notice of contractor services shall be as little as one day to several weeks depending on the circumstances and the immediacy involved. 7.0 Preparation and Submission of Proposals 7.1 Technical Proposal The Offeror shall prepare and deliver a technical proposal. The technical proposal shall identify the Contractor's understanding of the requirements of the attached Task Order, technical ability to compete tasking resulting from the SOW, and immediate availability of qualified staff. The Offeror shall identify, by name, proposed personnel who will be available for assignment to this work upon contract award. For each person proposed, the Offeror shall provide a proposed labor category and a resume. 7.2 Cost Proposal The Offeror shall prepare and deliver a separate cost proposal. For the entire Scope of Work outlined in Section 3.0, the Offeror shall identify and propose labor categories and respective billing rates for the contract. The proposed labor categories shall be those that the Offeror believes may be required for the life of the contract. The Offeror shall include in the proposal both contractor site rates and government site rates. 8.0 Evaluation and Award of Contract Contract award will be made to the proposal which offers the best value to the Government when considering the Technical Proposal, Cost Proposal, and the Past Performance. Technical capability will be given more weight than cost in the best value decision. However, the evaluation of the cost proposal becomes increasingly important the more closely ranked the proposals are technically. Proposals will be evaluated per the following: Technical Proposal: Each technical proposal will be evaluated and scored on the basis of the stated factors. Technical factors will be given more weight that cost in the Best Value decision. The more technically equal the proposals are rated, the more important cost will become. Factor 1: Understanding of the Governments Requirement, Factor 2: Personnel Qualifications/Technical Expertise, Factor 3: Technical Approach to Task Order, Factor 4: Past Performance. Factor 5: Cost. Please note that Business (cost) proposals will be evaluated on the following factors: a. reasonableness and fairness, and b. price realism. A business proposal that is determined to be unrealistic will be deemed unacceptable, which will result in a reduced technical rating. The Government reserves the right to award without discussion. The North American Industrial Classification System (NAICS) number is 541990 and the business size standard is 500 employees. The Government will award a firm fixed price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose technically acceptable offer conforming to this combined synopsis/solicitation. The Government is not responsible for locating or securing any information, which is not identified in the Capabilities Statement or quotation, but may do so at its discretion. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JAN 2006); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability and price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (MAR 2005) - Please note: All offerors and prospective contractors must be registered on the ONLINE Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (SEP 2005); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2006) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-43, 52.222-44, 52.232-33, 52.232-36, 52.239-1. Additional Clause(s) that apply to this RFQ are: 52.217-8 Option to Extend Services (NOV 99) and 52.217-9 Option to Extend the Term of the Contract (MAR 2000) Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. Quotes shall be accepted by fax or email only. The Fax number is 703-632-6103. Questions shall be submitted on or before Wednesday, May 3, 2006 at 11:00 AM. Quotes shall be emailed to chapman@fbiacademy.edu on or before Monday, May 8, 2006 at 11:00 AM EST. No other methods of submission than fax or electronically will be accepted. IMPORTANT PLEASE NOTE: YOU MUST CONTACT DEBRA CHAPMAN via EMAIL AT dchapman@fbiacademy.edu TO HAVE the 3 ATTACHMENT DOCUMENTS SENT TO YOU TO BE COMPLETED AND SENT IN WITH YOUR QUOTE. Attachments 1. SF 328, 2. Key Management Personnel Listing (KMPL) MUST be completed and sent in with your quote to be considered for Award. Attachment 3, Notice Upon Award. The RFQ number 06-Q-138224 must be placed on all quotes. This contract will be awarded as a commercial item in accordance with Federal Acquisition Regulation, Parts 12 and 13. All contractors anticipating award, must be registered in the Central Contractor Registration Database.
 
Place of Performance
Address: ERF Building 27958A, Quantico, VA
Zip Code: 22315
Country: US
 
Record
SN01035479-W 20060428/060426220624 (fbodaily.com)
 
Source
FedBizOpps 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.