Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
SOLICITATION NOTICE

R -- Investigation Support Services

Notice Date
5/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
923130 — Administration of Human Resource Programs (except Education, Public Health, and Veterans' Affairs Programs)
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, DC, 20004-2902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
9595-07-Q-0010
 
Response Due
5/31/2007
 
Archive Date
6/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-17. This acquisition is a small business set-aside and the NAICS code is 561611 and the Business Size Standard is $6.5M. This announcement constitutes the formal Request for Quotation (RFQ) and a written solicitation WILL NOT be issued. The Court Services and Offenders Supervision Agency is seeking a qualified, capable, and interested small businesses to provide Investigative Support Services on a Blanket Purchasing Agreement to the Agency?s Office of Professional Responsibility. CLIN 0001, Estimated QTY 300, Hour, Investigative Support Services. The Contractor shall have substantial knowledge and experience (a minimum of five years) in conducting investigations in support of a Federal Inspector General?s Office or an Office of Professional Responsibility. The contractor must have an extensive knowledge of the fact finding process, obtaining evidence sufficient to determine that an allegation is either substantiated or not substantiated and capable of preparation and presentation of a Report of Investigation. Interviews will be conducted by telephones or in person. As directed, the Contractor shall: 1. Schedule interviews with witnesses, complainants and subjects of assigned investigations. 2. Conduct interviews of witnesses, complainants and subjects of investigation by first establishing rapport, and then asking in-depth and follow-up questions (who, what, when, where, how, why). In addition, to obtain written statements from all individuals who are interviewed. 3. Review agency records to determine if allegations are substantiate or unsubstantiated. In addition, submit copies of records to prove or disprove allegations. 4. Prepare detailed and accurate reports of investigation in connection with interviews or record reviews. These reports should be comprehensive, logical and grammatically sound. 5. Conduct additional interviews, record reviews or make grammatical corrections to reports of investigation when investigations lack insufficient information in which to base a decision. (i.e., when completed investigations are submitted to the OPR) Deliverables: The Contractor shall provide written reports of investigation to the Government via hard copies and electronic copies (CD-R). Deliverables shall be written in a format that is utilized by the Inspector General, OPR?s or other federal agencies that conduct administrative investigations. In addition, the contractor shall submit an example of a redacted report of investigation before approval is granted for this contract. The Period of Performances shall be one year from the date of award, with two (2) successive option periods. The contractor shall comply with all applicable Federal, State, and local laws, executive orders, rules and regulations applicable to its performance under this order. For evaluation purposes, the offeror shall provide with their quote an example of a redacted report of investigation conducted within the last two (2) years, a short description of their professional experience (one page or less. Failure to provide above information may not allow for full considerstion. Full text of clauses and provisions are available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/. The following clauses will be incorporated by reference: 52.209-6 Protecting the Government?s Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-4 Contract Terms and Conditions Commercial Items; 52.223-11 Ozone-Depleting Substances; 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 1 0 U. S.C. 2402), FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns 15 U.S.C. 637 (d)(2) and (3); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) 15 U. S.C. 637(a)(14); FAR 52.222-19 Child Labor -Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans o f the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchas e, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). Responses to this RFQ must be signed, dated, and received via electronic mail or fax May 31, 2007, no later than 3:00 PM EST at the Court Services and Offender Supervision Agency, Attn: Elijah Anderson, 633 Indiana Avenue, NW, Suite 880, Washington, D.C. 20004. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.g ov. For questions concerning this solicitation contact Elijah Anderson, Contract Specialist via fax (202)220-5711, or via email: elijah.anderson@csosa.army.
 
Place of Performance
Address: Various location within Washington D.C.
Zip Code: 20004
Country: UNITED STATES
 
Record
SN01303093-W 20070527/070525220124 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.