Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOURCES SOUGHT

R -- Administrative Investigation Services

Notice Date
7/15/2009
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F, 200 Third Street, Parkersburg, West Virginia, 26106-5312, United States
 
ZIP Code
26106-5312
 
Solicitation Number
RFI-FIG-09-0013
 
Archive Date
7/21/2010
 
Point of Contact
Michelle Clegg, Phone: 304-480-7129, Lisa Gossett, Phone: (304) 480-7213
 
E-Mail Address
psb3@bpd.treas.gov, psb3@bpd.treas.gov
(psb3@bpd.treas.gov, psb3@bpd.treas.gov)
 
Small Business Set-Aside
8a Competitive
 
Description
The Department of Treasury, Bureau of the Public Debt (BPD), on behalf of the Department of Homeland Security, Office of Inspector General (DHS-OIG) is conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. This request for information (RFI) is being posted to obtain information from 8(a) vendors with the interest and capabilities to perform a broad range of Administrative Investigations. DRAFT SCOPE AND OBJECTIVES The Contractor shall conduct only non-criminal investigations generally in those DHS-OIG components or agencies that do not have an internal affairs or similar internal investigative function. Administrative investigations shall be performed in accordance with federal regulations, guidance provided by DHS-OIG, Office of Investigations Special Agent Handbook (SAH), January, 2006; and in accordance with the President’s Council on Integrity and Efficiency (PCIE) Quality Standards for Investigations, December, 2003, (http://www.ignet.gov/pande/standards/invstds.pdf). The following items are the types of Administrative Investigation services that DHS-OIG may require. The scope of each task order will describe specific information for each investigation. Equal Employment Opportunity Investigations – Services to be provided under Equal Employment Opportunity investigations category include, but are not limited to, disputes regarding employment related matters. Human Resource Investigations – Services to be provided under the Human Resource Investigations category include, but are not limited to, non-criminal employee misconduct, misuse of a Government property or vehicle, ethics violations, low level theft, potentially prohibited personnel practices, etc. Other Non-Criminal Investigations – Services to be provided under the Other Non-Criminal Investigations category include, but are not limited to, failure to follow procedures, driving under the influence, etc. DELIVERABLES All deliverables are subject to review and approval by DHS-OIG. The Contractor shall work with the DHS-OIG to resolve any quality/requirement issues with these deliverables without additional cost. Any issues that cannot be resolved shall be referred to the contract administrator. Examples of deliverables associated with services described in this performance work statement are: Pre-Investigation Conference The Contractor Investigator shall attend a Pre-Investigation Conference lead by the Contracting Officer’s Technical Representative (COTR) and Special Agent in Charge (SAC) to discuss the allegations to be investigated and the specific investigative activity to be conducted. Pre-Investigative conference will be documented in a memorandum prepared by the Contract Investigator. Engagement Letters The Contract Investigator will prepare a notification memorandum for the Assistant Inspector General for Investigations (AIGI) signature advising the DHS component point of contact that the DHS-OIG Contract Investigator will be conducting an investigation on behalf of the DHS-OIG. This memorandum will contain a brief summary of the allegations, and include contact information for the Contract Investigator and the DHS-OIG COTR. Investigative Plan The Investigative Plan provides an outline of the allegations, summarizes the intended investigative activity, and serves as a guide for the Contract Investigator to follow as the investigation progresses. The Investigative Plan is to be prepared by the Contract Investigator before any investigative activity is conducted or initiated. The Investigative Plan should include the predicate information; the relevant complaint(s)/allegation(s); the applicable rules and regulations; the anticipated investigative activities; the estimated date of completion. The plan will be approved by the SAC and COTR before fieldwork begins. Any substantive changes to the Investigative Plan will require the pre-approval of the Chief Financial Officer (CFO)-SAC and documented in writing. Investigative Interviews and Statements The Contract Investigator will use the interview guidelines and methods provided in the DHS-OIG Special Agent Handbook, Chapter 9, Council of the Inspectors General on Integrity and Efficiency (CIGIE) Quality Standards for Investigations and generally accepted professional standards for the federal Government. Subject Interviews The Contract Investigator will use the subject interview guidelines and methods provided in the DHS-OIG Special Agent Handbook, Chapter 10 and CIGIE Quality Standards for Investigations. Investigative Methods The Contract Investigator will use the investigative methods that are identified in the approved investigative plan, the DHS-OIG Special Agent Handbook, and approved by the CFO-SAC. The methods utilized will be appropriate for the non-criminal investigation to be conducted, and no methods will be employed that require prior notification or coordination with the Department of Justice and/or Federal Bureau of Investigations. Acquisition, Preservation and Management of Evidence The Contract Investigator will follow all procedures listed in the DHS-OIG Special Agent Handbook, Chapter 16; Federal Criminal Code and Rules, and comply with CIGIE Quality Standards for Investigations. Memorandum of Activity (MOA) The Memorandum of Activity (sample memorandum will be provided after the contract is awarded) is a multi-purpose document used for the reporting various types of investigative activity, such as interviews, review of records, and related activities. Each separate activity or interview will be reported in a separate MOA and will be submitted to the CFO-SAC and COTR within five business days of the activity for approval. While the Contract Investigator is investigating allegations of administrative misconduct, should the investigation identify allegations of criminal misconduct involving a federal employee, military officer, contractor or civilian, the Contract Investigator is to immediately report this information to the CFO-SAC. The alleged criminal misconduct is to be documented in a MOA submitted to the CFO-SAC no later than one working day of the discovery of the alleged criminal misconduct. The Contract Investigator is to stop all investigations related to that Investigative Plan. DHS-OIG Investigations will have the option to terminate and not to continue with an investigation. The decision to terminate an investigation at any time will remain with the CFO-SAC. BACKGROUND The DHS-OIG mission is to serve as an independent and objective inspection, audit, and investigative body to promote effectiveness, efficiency and economy in all DHS programs and operations, and to prevent and detect fraud, abuse, mismanagement, and waste in such programs and operations. The DHS-OIG Office of Investigations mission is to protect the integrity of DHS programs by investigation allegations of fraud, waste and abuse, and employee misconduct. These include investigations of grant, program, and contract fraud; and employee misconduct. These include investigations of grant, program and contract fraud; and administrative, civil and criminal violations committed by DHS personnel and other individuals who may impact DHS operations. Investigations conducted by DHS-OIG Office of Investigations can result in criminal prosecutions, civil monetary penalties, administrative sanctions and personnel actions against wrongdoer and can act as a deterrent for those contemplating fraud against DHS bureaus and agencies. SUMBISSION REQUIREMENTS Vendors are requested to submit the following information for assessment: •The capability of the vendor to provide the services described above particularly Equal Employment Opportunity Investigations and Human Resource Investigations. •An extensive list of the number of employees who currently hold secret clearances and the number of employees who currently hold top secret clearances by position. Additionally, provide the number of employees who could qualify for a secret clearance and/or top secret clearance. •A written summary of vendor’s past performance as it relates to administrative investigative (non-criminal) particularly Equal Employment Opportunity Investigation and Human Resource Investigation services, including the names and current contact information for three (3) references. •Provide its business size. The business size standard based on a NAICS code of 541612 which has a size standard of $7.0 million. •A GSA schedule or other contractual vehicle that can be used to obtain these types of services. •Pricing (ex: labor categories and hourly rates) for these types of services This RFI does not constitute a solicitation and is not to be considered as a commitment by the Government. This sources sought notice is a RFI required before the release of any solicitation. This is not a request for a proposal. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that the response is not a request that will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this sources sought notice. The information being requested is for planning purposes only. The Government does not intend to award a contract or otherwise pay for the information requested. DHS-OIG will assess the ability of the market to meet the needs as stated above based on the information received. Upon receipt of the requested information, the Government may request additional information to confirm the respondents’ capability. The vendor must identify their business size classification (ex. SDVOSB or HUBZone), as well as, provide any available contract vehicles, such as a GSA Schedule. Dependent upon the results of this market survey and other information obtained by the Government, BPD on behalf of DHS-OIG may subsequently issue a Request for Proposal to acquire the Administrative Investigation services as mentioned above. Dependent upon the results of this market research, Public Debt anticipates issuing a solicitation to acquire these services. Any such solicitation would be based on a performance-based work statement. Please note that no solicitation document is available at this time. Any questions related to the request for information shall be directed to the Contract Specialist or Contracting Officer. No contact shall be made to the DHS-OIG staff. Electronic submissions shall be sent to psb3@bpd.treas.gov no later than Tuesday, July 21, 2009 at 12:00pm ET. The subject line must contain RFI-FIG-09-0013 MCLEGG. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered:.bat,.cmd,.com,.exe,.pif,.rar,.scr,.vbs,.hta,.cpl, and.zip files. Microsoft Office compatible documents are acceptable. Submissions must be received no later than 12:00pn ET, Tuesday, July 21, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BPD/DP/RFI-FIG-09-0013/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20004, United States
Zip Code: 20004
 
Record
SN01875798-W 20090717/090715235454-e88f0f4a55e806d98de3c8d4321fcc0f (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.