Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
MODIFICATION

U -- Digital Forensic Instructor

Notice Date
12/20/2007
 
Notice Type
Modification
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536, UNITED STATES
 
ZIP Code
20536
 
Solicitation Number
CCC8MRQ003
 
Response Due
1/4/2008
 
Archive Date
1/19/2008
 
Point of Contact
Gervonna Crump, Cntrat Specialist, Phone 202-616-2674, Fax 202-514-3353
 
E-Mail Address
gervonna.crump@dhs.gov
 
Description
This is a combined synopsis /solicitation for commercial items prepared in accordance with the format in Federal Acquisition (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued. Proposals are being requested and no future written solicitation will be issued. The solicitation number is CCC8MRQ003 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. The associated North American Industry Classification System (NAICS) code is 611420. The size standard is $6,500,000.00. ICE, Office of Investigation, Division 1 has a requirement for Law Enforcement Digital Forensics training technical support services for the Immigration and Customs Enforcement, Cyber Crimes Center (C3). See Statement of Work (SOW) for more details involving work to be performed for this requirement and identification of key personnel. Successful awardees must be capable of meeting security requirements. This requirement is unrestricted and only qualified offerors may submit proposals. Contract award cannot be made to any contractor not enrolled in the Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. ICE will conduct a streamlined evaluation of the proposals submitted in response to this request for proposals. ICE reserves the right to award the contract without discussions; therefore, any response to this request should contain your best pricing, terms and conditions. This contract will be awarded to the offeror that demonstrates the aptitude for completing the subject requirement, provides for superior personnel (determined from past performance and resume criterion), and demonstrates best value to the Government once all criteria and requirements are evaluated. The following factors shall be used to evaluate offers: I. Technical Proposal Technical Capability Qualifications Past Performance II. Price Proposal For evaluation purposes the Technical component is weighted higher than Price. See the following attachments for additional information: Attachment A Proposal Requirement Attachment B Statement of Work Attachment C Past Performance Evaluations Attachment D Price Proposal Worksheet The resultant contract will be a Time & Material/Fixed Rate contract. The period of performance (POP) is January 2008 through December 2008 and includes one option year (12 months). The contract will be incrementally funded and is subject to the availability of funds. CLIN Description Quantity Hours 0001 Training Manager. Lead Instructor 1 1920 0002 Senior Law Forensic Instructor 1 1920 0003 Forensic Support Specialist 3 1920 0004** Other Direct Cost 1 NTE $5,000 Interested offerors should email the contract specialist to receive the complete solicitation packet (all of the attachments). Please indicate in the subject line Solicitation Number, CC8MRQ003. Oral presentations may be conducted; those individual potential bidders will be notified. Clauses and Provisions: The full text of the Federal Acquisition Regulation (FAR) clauses may be accessed electronically at http://www.acqnet.gov/far. All Offerors must comply with the following FAR provisions which apply to this acquisition: 52.212-1 Instructions to Offerors ? Commercial Items 52.212-3 Offeror Representations and Certifications ? Commercial Items 52.212-4 Commercial Terms and Conditions ? Commercial Items The following FAR clauses in paragraph (b) of FAR clause 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items will apply: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) 52.216-31 Time-and Materials/Labor-Hour Proposal Requirements ? Commercial Item Acquisition (FEB 2007) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (Nov 1999) - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor before the contract ends. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.222-3 Convict Labor (JUN 2003) 52-222-19 Child Labor?Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E. O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEP 2006) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1 998) (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) 52.222.50 Combating Trafficking in Persons (APR 2006) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-18 Available of Funds (APR 1984) 52.232-22 Limitation of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (OCT 2003) 52.232-34 Payment by Electronic Funds Transfer ? Other than Central Contractor Registration (MAY 1999) 52.233-3 Protest After Award (AUG 1996) 52-233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.239-1 Privacy or Security Safeguards (AUG 1996) 52.245-1 Property Records (APR 1984) 3052.215-70 Key personnel or facilities. (DEC 2003) (a) The personnel or facilities specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel or facilities, as appropriate. (b) Before removing or replacing any of the specified individuals or facilities, the Contractor shall notify the Contracting Officer, in writing, before the change becomes effective. The Contractor shall submit sufficient information to support the proposed action and to enable the Contracting Officer to evaluate the potential impact of the change on this contract. The Contractor shall not remove or replace personnel or facilities until the Contracting Officer approves the change. The Key Personnel or Facilities under this Contract: Senior Forensic Instructor 3052.242-71 Dissemination of contract information. (DEC 2003) The Contractor shall not publish, permit to be published, or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. An electronic or printed copy of any material proposed to be published or distributed shall be submitted to the Contracting Officer. 3052.242-72 Contracting officer's technical representative. (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. Place of Performance: Address: Washington DC Postal Code: 20536 Country: US Inquiries and/or Questions: Please submit via email Gervonna.Crump@dhs.gov and received no later than 10:00AM, EST December 27, 2007. Point of Contact: Gervonna Crump, Contract Specialist, Phone (202) 616-2674, Fax (202) 514-3353, E-mail Gervonna.Crump@dhs.gov. Response Due Date: Final offers are due no later than 10:00 AM, EST on January 4, 2008 at the Department of Homeland Security, Immigration & Customs Enforcement, Office of Acquisition Management, 425 I Street NW, Room 2208, Washington, DC 20536. No Solicitation document is available. Electronic submission will be accepted. Proposals may be faxed to (202) 514-3353, Attention: Gervonna Crump, or e-mailed to Gervonna.Crump@dhs.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/INS/COW/CCC8MRQ003/listing.html)
 
Place of Performance
Address: Please see statement of work
Zip Code: 20536
Country: UNITED STATES
 
Record
SN01474748-F 20071222/071220233419 (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.