Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
MODIFICATION

R -- Latent Print Support Services - Solicitation 1 - Instructions for Sending Visitor Request - Solicitation 1

Notice Date
3/28/2012
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
12-P-LDQ005664
 
Archive Date
5/15/2012
 
Point of Contact
Lynda M. Theisen, Fax: 703-632-8480
 
E-Mail Address
Lynda.Theisen@ic.fbi.gov
(Lynda.Theisen@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
Appendix 3 - TLFU Workflow Appendix 2 - GFE Appendix 1 - Storage of Chemicals Attachment 12 - TO #1 SOW Instructions for Sending Visitor Request/Clearance Attachment 11 - Past Performance Matrix Attachment 10 - OFCCP Attachment 9 - KMPL Attachment 8 - ACH Vendor/Miscellaneous Payment Enrollment Form Attachment 7 - Labor Category Descriptions Attachment 6 - DD-254 Attachment 5 - Wage Determination Huntsville, AL Attachment 4 - Wage Determination Quantico, VA Attachment 3 - Wage Determination Lorton, VA Attachement 2 - Contractor Ethics Factsheet Attachment 1 - Pricing Table RFP 12-P-LDQ005664 ****** ********************************************************* SITE VISIT IS SCHEDULED FOR APRIL 9, 2012 AT 12:00 PM. VENDORS MUST COMPLY WITH INSTRUCTIONS FOR SENDING VISITOR REQUESTS IN ORDER TO RECEIVE ADDRESS FOR SITE VISIT. ALL VISITOR REQUESTS MUST BE SUBMITTED BY 12:00 PM EST ON APRIL 3, 2012. CONTRACTORS NOT SUBMITTING THE REQUIRED VISITOR REQUESTS BY THE CUTOFF DATE AND TIME WILL NOT BE ABLE ATTEND THE SITE VISIT. ** ************************************************************ The Federal Bureau of Investigation intends to issue solicitation 12-P-LDQ005664 to establish a single-award Indefinite Delivery/Indefinite Quantity contract for Latent Print Support Services. The contractor shall furnish all supervision, labor, facilities, supplies, and materials necessary to perform work associated with individual task orders. Contract period will be for a base period of one year and 4 (four) 1-year option periods. The IDIQ ceiling will be $300,000,000.00. The minimum guarantee will be $8,600,000 Total contract period, to include all options, shall not exceed five calendar years. The contract awarded in response to this requirement will support, at a minimum, three sections of the Laboratory (not to the exclusion of other FBI Sections). The three sections are: a) Terrorist Explosive Device Analytical Center (TEDAC), b) Biometric Analysis Section (BAS), c. Forensic Science Support Section (FSS). The Functional Areas to be covered under the IDIQ contract include the following: 1. Program Management - Provide overall program management support. 2. Evidence Inventory - Provide services to properly inventory and maintain the chain of custody of all evidence entering the contractor facility. 3. Evidence Processing - provide services for all evidence suitable for latent print deposition using the linear processing method 4. Evidence Preservation - preservation of latent prints through the use of photography and preservation of trace evidence through collection. 5. Examination of Evidence - provide latent print examination services. 6. Quality Assurance - establish and maintain a quality assurance program to ensure that all tasks are completed in accordance with the contract. In addition Contractor may be called upon to write Quality Assurance standards, Standard Operating Procedures (SOP) and training manuals. 7. Information Management Support - provide services for administering, maintaining and updating internal databases and other facility IT related needs. 8. Administrative Management Support - provide all necessary personnel to assist with case documentation, case flow management and other routine administrative tasks. 9. Facility Management - Provide overall facility support 10. Maintenance of Government Furnished Equipment (GFE) - Provide the day-to-day upkeep, maintenance and management of GFE. 11. Supply Management - Provide all materials, supplies and chemicals needed to process casework, protect personnel and maintain office efficiency. In addition, the contractor shall store all chemicals in accordance with all state and county regulations. 12. Safety and Environmental Coordination - Provide safety and environment program support to ensure safety of FBI and contractor personnel. Award will be made to the offeror who submits a proposal that is found to be the best value to the Government as defined in FAR Part 15. There will be a scheduled site visit after RFP release. Details will be provided in the RFP package. This RFP will be issued in electronic format only and will be available on or about March 23, 2012 on the Federal Business Opportunities (FedBizOps) websites. Accordingly, telephoned, mailed, e-mailed or faxed requests for the RFP will not be honored. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through the Federal Business Opportunities website. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information regarding this acquisition. The Government will not reimburse interested parties for any costs associated with responding to this solicitation. To be eligible for award, a firm must be registered in the Central Contract tor Registration (CCR) database. Register via the CCR internet site at http://www.ccr.gov. Questions may be submitted to Ms. Lynda M. Theisen at Lynda.Theisen@ic.fbi.gov or by fax at 703-632-8480.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/12-P-LDQ005664/listing.html)
 
Record
SN02707316-W 20120330/120328234648-2c3b633c22debb6200e236a7fa1aadf9 (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.