Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2006 FBO #1773
SOLICITATION NOTICE

R -- IN HOUSE Investigators

Notice Date
10/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
561611 — Investigation Services
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
BATF-0701
 
Response Due
10/16/2006
 
Archive Date
10/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
OPM has delegated the Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF) authority to conduct personnel security background investigations on ATF applicants, contractors, and other non-ATF personnel, as well as periodic reinvestigations on all current employees. The purpose of these investigations is to determine suitability for employment and/or eligibility to access National Security Information. Background investigations are conducted in accordance with established Executive Orders 10450 and 12968, the Privacy Act of 1974, Office of Personnel Management regulations, other relevant regulations from the Office of Management and Budget, the Department of Justice (DOJ) and ATF policies and procedures. ATF will provide these regulations to the Contractor. ATF has established a contract background investigation program to contract these investigations out to trained and experienced investigators. Operational and administration aspects of the program are also contracted out to trained and experienced investigators or personnel security professionals, typically, though not exclusively, retired federal investigators who have at least 3 years of current experience in the administration of and/or conduct of personnel security background investigations. Contractors must possess sufficient investigative and administrative abilities to perform the tasks assigned to them by ATF. Contractors must be computer literate and efficient in software programs that support email, word processing, and data entry, which are utilized in the administration of the personnel security program. Contractors? duties and work hours are dictated by the ATF workload and funding availability. Contractors are expected to be available to accept work as requested. Contractors will be paid at the rate of $53.00 per hour. The hourly rate will be reviewed on an annual basis and may be adjusted as determined by the increase of the Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI-W) as determined by the Bureau of Labor Statistics. Internal reviews of Contractor performance are conducted on a quarterly basis. In compliance with ATF?s specific invoicing procedures, Contractors must submit an invoice for payment detailing the number of hours worked. Such invoice will be subject to audit by ATF. Contractors must also execute a Contractor Certification that declares that any submission of a Contractor?s invoice represents actual hours performed in accordance with requirements of the Statement of Work. ATF may use the services of a third party contractor to provide administrative records and financial management services. This includes processing invoices and making payments for ATF designated contracts such as those for conducting background investigations. Consequently contractors are advised that the third party, rather than ATF, may provide actual payment for services rendered and accepted by ATF under any resulting contract. Contractors are further advised that the third party is required to make payments in the same timely manner as ATF. Contractors must be willing to attend periodic conferences at selected locations within the United States. Conferences are usually limited to one per year. Contractors will have access to ATFs computer network and will sign ATF P 7500.1, ATF Rules of Behavior and Customer Agreement for ATF Workstation Users. Contractors are required to successfully complete ATF Information System Security Awareness training each year. Contractors shall submit to the performance of a Single Scope Background Investigation (SSBI). Favorable adjudication of the SSBI must be determined by ATF prior to access to ATF facilities and information. ATF will conduct an SSBI-Periodic Reinvestigation on contract investigators every five years. Contractors must execute, and abide by the terms of a Non-Disclosure Agreement. Contractors must obtain a Dun and Bradstreet (DUNS) number and have a current registration in the Central Contractor Register (CCR) for payment via electronic funds transfer. ATF intends to issue to multiple vendors Blanket Purchase Agreements (BPA) that will be available for placing calls/orders through September 30, 2010. All responses will be evaluated and a sufficient number of awards will be made to the most advantageous (most highly rated) contractors. Vendors selected from their responses to this solicitation will be offered a BPA. A BPA is not a contract. A BPA is a simplified method of procuring quantities of supplies or services that selected vendors are in a position to furnish and eliminates the need for more complex acquisition methods. There will be no minimum or maximum guaranteed quantity. All calls/orders must be acknowledged and accepted by the selected vendor, or the call will be transferred to another vendor. Calls/orders may be competed among all vendors at the same time, upon the discretion of the ATF representative. The North American Industry Classification System Code (NAICS) is 561611 Investigation Services, and is the appropriate designation required by the CCR. The following clauses are incorporated in full force: FAR Part 52.212.1 Instructions to Offeror ? Commercial Items (Oct. 00) and FAR 52.212-4, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial (incorporated by reference) Each Offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; A copy of the Offeror Representations and Certifications- can be found on the web at www.arnet.gov/far. The Contractor may request a copy from siadministration@atf.gov. Offeror shall provide a statement proving they have read and understand the term and Conditions set forth in the FAR 52.212-4. EVALUATION AND SELECTION CRITERIA. Capability of the Vendor. ATF will consider BPAs to vendors, as needed, on a pass/fail basis, based on past performance and experience, and the vendors acceptability (the acceptance of ATF terms and conditions including the hourly rate). All vendors must submit complete responses, must be able to obtain a favorably adjudicated Single Scope Background Investigation and must be willing and able to obtain a Dun and Bradstreet number and register with the Central Contractor Registration. These are mandatory requirements and any firm will be eliminated that fails to comply. Vendors will be initially screened on a pass/fail basis for acceptability. Vendors rated as passed will be awarded points for past performance and experience. Vendors with an overall score of at least 54 points and that meet the mandatory requirements will be considered for issuance of a BPA and award will be made to those companies receiving the highest scores. At least 30 points must come from Offeror Demonstrated Experience/Capabilities and 24 must come Vendor Qualifications. a. Experience/Capabilities (45 Points): Experience is the opportunity to learn by doing. A minimum of three years combined experience as either a personnel security specialist or an investigator conducting personnel security background investigations is recommended. ATF will evaluate each vendor?s experience on the basis of its breadth, depth, and relevance to the work that will be required under the prospective BPA. Evaluators will consider the years of experience conducting and/or administering personnel security background investigations in the federal environment, as well as computer proficiency. ATF may assess the vendors communication and written skills, and familiarity with directives governing the conduct of background investigations through an interview. (30 points minimum). b. Qualifications/Past Performance (40 Points): Past performance is a measure of the degree to which a vendor satisfied its customers in the past and complied with laws and regulations. ATF may contact some of the vendors customers to ask whether or not they believe (1) that the vendor was capable, efficient, and effective; (2) that the vendors performance conformed to the terms and conditions of its contract; (3) that the vendor was reasonable and cooperative during the performance; and (4) that the vendor was committed to customer satisfaction. In evaluating past performance, ATF may contact some of the references provided by the vendor and other sources of information, including, but not limited to: other government agencies, better business bureaus, published media, and electronic databases. (24 points minimum). Contractors with recent ATF experience will be evaluated on the performance they provided to ATF. ATF will consider performance that contractors have previously rendered to ATF to be more influential than past performance rendered to another source. c. Acceptability. ATF will determine the acceptability of each vendor offer on a pass or fail basis. A vendors offer is acceptable when it manifests the vendors assent, without exception, to the terms and conditions of the solicitation, including attachments and amendments (if any). If a vendor takes exception to any of the terms and conditions of the scope of work, ATF will consider its offer to be unacceptable. Vendors wishing to take exception to the terms and conditions stated are strongly encouraged to contact the Contracting Officer before doing so. If a copy of the Statement of Work is required in order to respond to this solicitation, please submit a written request via email to siadministration@atf.gov. ***YOU MUST BE ABLE TO COMMUTE DAILY TO THE PERSONNEL SECURITY BRANCH OFFICE IN WASHINGTON, DC*** Anyone wishing to respond to this solicitation should submit a current resume with his/her social security number and responses to the below requirements. The vendor must also complete a copy of the FAR 52.212-3, and provide a statement proving the vendor has read and fully understands all the terms and conditions set forth in the FAR 52.212-4. Resumes should highlight the vendors experience and capabilities in performing background investigations. Please provide examples of your qualifications and how those duties relate to the vendors past and/or current performance. These examples will be used in evaluating the vendors Qualifications and Past Performance. Only written requests received directly from the requestor are acceptable, i.e., each individual vendor (person) must submit their own proposal. (No phone calls will be accepted). Please provide individual responses to the following: - Ability to obtain a favorably adjudicated Single Scope Background Investigation (SSBI). - Willingness to obtain a Dun and Bradstreet number and register with the Central Contractor Registration. - Recommended minimum three years combined experience as either a personnel security specialist or an investigator conducting personnel security background investigations. - Willingness to attend periodic conferences at select locations within the United States. - Willingness and availability to accept work as assigned. - Willingness to complete administrative requirements. - Computer literate and proficient in Microsoft Word? and Microsoft Excel?. - Willingness to complete ATFs Information System Security Awareness training. - Willingness to sign and adhere to ATFs MOU. - Willingness to complete and submit invoice detailing hours worked. - Willingness to execute and abide by terms in Non-Disclosure. - Willingness to accept special projects related to personnel security investigations. Proposals are to be submitted via mail at 131 M Street, NE, Washington, DC 20002, or via email to siadministration@atf.gov and must contain all of the required information. Point of Contact: Chief, Personnel Security Branch.
 
Place of Performance
Address: 131 M Street, Washington, DC
Zip Code: 20002
Country: UNITED STATES
 
Record
SN01159660-W 20061004/061002220143 (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.