Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

R -- Background "In-House" Investigator

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561611 — Investigation Services
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
BATF0601JMH
 
Archive Date
6/23/2009
 
Point of Contact
James M. Huff, Phone: 202-648-9117
 
E-Mail Address
james.huff@atf.gov
(james.huff@atf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Post of duty is: 99 New York Avenue, Washington, DC 20226. YOU MUST BE ABLE TO COMMUTE DAILY TO THE PERSONNEL SECURITY BRANCH OFFICE IN WASHINGTON, DC Description OPM has delegated the Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF) authority to conduct personnel security background investigations on prospective 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 realizes there is a need to secure the services of persons possessing certain degrees of expertise in the processing of background investigations, including planning, scoping, assigning and reviewing. To that end, ATF has a need for “In-House Special Investigators,” hereinafter referred to as contractors. 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. Contract investigators who are under contract with ATF shall be known as “Special Investigators” and carry credentials authorizing them to perform such background investigations as the Assistant Director may authorize. Contractors may also be assigned to assist with other official ATF investigations. Contractors must possess sufficient investigative and administrative abilities to perform the tasks assigned to them. Such tasks might include planning assignments, scoping investigations, assigning investigations, reviewing Reports of Investigation (ROI), auditing and adjudicating investigations, completing invoices for payment for the investigation and working on special projects as directed by the Contracting Officer’s Technical Representative (COTR) and/or Branch Chief. 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 $56.00 per hour. Hours authorized and worked in excess of 40 hours per week will be paid at the rate of $84.00; the need for additional work hours must be agreed upon and have prior approval from the COTR and/or Branch Chief. Contractors shall ensure their availability to process needed work in a timely manner. A minimum of 32 hours per week is required. Contractors are responsible for providing adequate office coverage with their respective team; to include holiday and high vacation/travel months. Failure to meet necessary availability may result in termination of the contract. 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 are responsible for safeguarding information. Background investigation information is protected by the Privacy Act of 1974 and, unless classified, is considered Controlled Unclassified Information (CUI) (also or formerly known as Sensitive but Unclassified information). CUI must not be transmitted via unsecured email or Internet, or disclosed to unauthorized parties. Contractors must never furnish or divulge CUI contained in an investigation. Each contractor must make every reasonable effort to protect data associated with a background investigation. Data, notes, copies of testimonies, copies of ROIs, etc., are the sole property of ATF and must be safeguarded against unlawful disclosure. Each contractor shall execute a MOU, attesting to his or her understanding of this section, which, upon execution, will become a permanent part of this contract. Contractors will have access to ATF’s computer network and are required to successfully complete ATF Information System Security Awareness training each year. Contractors must also complete the following forms: ATF P 7500.1 (Rules of Behavior and Customer Agreement for ATF Workstation Users), ATF F 2030.1 (Personnel Authenticator Locator), ATF F 1710.5 (Request for Media ID), and Social Engineering Certification. Identification media, ATF-provided software, and all other Government property must be surrendered when requested by the PSB. Each contractor must be able to obtain and maintain a favorably adjudicated Single Scope Background Investigation (SSBI) and receive a Top Secret clearance. This investigation will be conducted by or under the auspices of the PSB, and be performed under such standards as the PSB may establish. A favorable adjudication of the SSBI must be determined by ATF prior to access to ATF information, information technology systems, and unescorted access to facilities. Failure to have a background investigation favorably adjudicated SSBI or receive a Top Secret clearance constitutes grounds for disqualification of the contractor. 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. The contractor is responsible for making changes to his/her own information. Any changes to the contractor’s name, address, telephone number, company name, tax identification number, or financial institution information must be made by the contractor in the CCR. The CCR is used to process electronic payment deposits. It is vital contractors keep their registration current. In addition, contractors must notify the PSB and the ATF Financial Management Division of any changes so the proper updates can be made to all systems. Each contractor, when working in the PSB, must carry themselves in a manner that reflects positively on ATF. To that end, contractors, when on duty, should present themselves in a professional manner, be neatly groomed, and appropriately attired. Complaints of inappropriate conduct or performance will be investigated, and if substantiated, may result in the contract being terminated. Contractors must exhibit professional qualities during all periods of performance and absolute integrity is required and expected. Contractors must be polite and professional in both conduct and appearance. Contractors should never use ATF credentials for investigating any matter not assigned to them by ATF, PSB or for any personal gain. Contractors must not allow their credentials to be photocopied or taken from their possession. Lost or stolen credentials should be reported to the PSB immediately, as well as the local police department. ATF intends to issue vendors Blanket Purchase Agreements (BPA) that will be available for placing calls/orders through September 30, 2010. The solicitation will close June 8, 2009 at 4 p.m. EST. All responses will be evaluated and a sufficient number of awards will be made to the most advantageous (most highly rated) contractors. A BPA will be awarded after all evaluations are passed, tentative selections are made, interviews completed and background investigations adjudicated favorably. Because ATF’s needs are dynamic, ATF anticipates a requirement to periodically re-open this solicitation add new contractors to the pool. 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 eliminate 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 BPA and the contractor’s responsibilities thereunder are subject changes in Federal law, regulation and policy, which may include, but are not limited to, procedural changes related to the use of government equipment, security procedures and investigative priorities. Modifications may be sent to vendors via mail or electronic mail. 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 vendor’s 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 68 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 56 points must come from Offeror Demonstrated Experience/Qualifications/Past Performance and 12 must come from Vendor Capabilities. A.Experience/Qualifications/Past Performance (80 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 vendor’s communication and written skills, and familiarity with directives governing the conduct of background investigations through an interview. 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 vendor’s customers to ask whether or not they believe (1) that the vendor was capable, efficient, and effective; (2) that the vendor’s 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. 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. (56 points minimum). B.Capabilities (20 Points): Capabilities are the vendor’s ability to adhere to agency and program requirements. (12 points minimum). C.Acceptability: ATF will determine the acceptability of each vendor offer on a “pass” or “fail” basis. A vendor’s offer is acceptable when it manifests the vendor’s 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. To request a copy of the Statement of Work, please submit a written request via email to SIAdministration@atf.gov. Proposal Requirements ***YOU MUST BE ABLE TO COMMUTE DAILY TO THE PERSONNEL SECURITY BRANCH OFFICE IN WASHINGTON, DC*** Anyone wishing to respond to this solicitation should: 1)submit a current resume with his/her social security number, 2)responses to the below listed questions, 3)include a completed copy of the FAR 52.212-3, and 4)provide a statement proving the vendor has read and fully understands all the terms and conditions set forth in the FAR 52.212-4. Anyone wishing to request a copy of FAR 52.212-3 and/or FAR 52.212-4 must submit a written request via email to SIAdministration@atf.gov. Proposals must be submitted by 4 p.m. EST, June 8, 2009. Resumes should highlight the vendor’s experience and capabilities in performing background investigations. Please provide examples of your qualifications and how those duties relate to the vendor’s past and/or current performance. These examples will be used in evaluating the vendor’s 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: The following six (6) questions/requirements are evaluated on a Pass/Fail basis. Failure to respond will result in an automatic failed evaluation. 1)Do you believe you are able to obtain and maintain a favorably adjudicated Single Scope Background Investigation (SSBI)? (Y/N) 2)Are you willing to obtain and Dun and Bradstreet number and register with the Central Contractors registration)? (Y/N) 3)Are you willing to sign and abide by the rules set forth in ATF P 7500.1 – ATF Rules of Behavior and Customer Agreement for ATF Workstation Users? (Y/N) 4)Are you willing to complete ATF’s Information Systems Security Awareness Training? (Y/N) 5)Are you willing to sign and adhere to the terms and conditions of the Non-Disclosure Agreement? (Y/N) 6)Are you willing to sign an annual Memorandum of Understanding between you and ATF and adhere to its terms and conditions? (Y/N) For the following sixteen (16) questions please respond in no more than 6-10 sentences. 1)What do you feel is the purpose of conducting background investigations in today’s society? 2)Are you familiar with or knowledgeable of the President’s effort to reform the Federal personnel security program? If so, identify reform efforts. 3)Do you have three (3) years of investigative experience either as a Personnel Security Specialist or investigator conducting personnel security background investigations or administering a personnel security program? If “yes,” please explain. If your answer is “no,” please provide any investigative/security experience or knowledge of government procedures that would support your ability to assist in administering a personnel security program. 4)Have you ever attending training for Federal background investigations and/or suitability and adjudication training? If so, please provide brief details of the training. 5)Do you know the basic definition of scoping? If so, please explain and provide general scoping guidelines for at least two investigative types. 6)Are you familiar with the current suitability and adjudicative guidelines established by the OPM? 7)List and describe at least four investigative requirements for a general background investigation? 8)Do you have the ability to switch priorities while maintaining organization and steady flow of processing? 9)How would you assess your written communication skills? 10)Do you have the ability to effectively communicate with clear and concise thoughts? 11)Are you able to read and implement written directions pertaining to changes in policies and procedures? 12)What is your level of computer experience? Have you ever taken any computer-related courses? What computer related programs are you familiar with and how would you rate your overall computer skill level? 13)Have you ever utilized NLETS, TECS/NCIC, Credit Reporting Agencies, Selective Service Registry, PACER, or other online databases? If so, please explain your experience? 14)Would others consider you a positive influence for promoting team building and a good work environment? 15)Do you have the ability to take direction and then work with minimal or no oversight? 16)How often would you be available to attend periodic conferences? To what expense? (Travel and lodging would not be provided by ATF). For the following four (4) questions please provide either a yes or no answer. 1)Are you willing to be available to accept work as requested and complete administrative requirements? (Y/N) 2)Are you willing to complete and submit invoice detailing hours worked? (Y/N) 3)Are you willing to accept special projects related to personnel security investigations? (Y/N) 4)Are you willing to accept that ATF may use a third party to pay contractors? (Y/N) Proposals are to be submitted via mail at 99 New York Ave, Suite 1.E-300, Washington, DC 20226, or via email to SIAdministration@atf.gov and must contain all of the required information. Point of Contact: Management Analyst, Personnel Security Branch.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/BATF0601JMH/listing.html)
 
Place of Performance
Address: 99 New York Avenue 1st Floor, Washington, District of Columbia, 20226, United States
Zip Code: 20226
 
Record
SN01832801-W 20090603/090601235418-8d32b8680a24b566f54cf2edad114ed5 (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.