Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

R -- Background Investigator - RFP

Notice Date
7/14/2015
 
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
DJA-15-AHDQ-R-0051
 
Archive Date
8/7/2015
 
Point of Contact
Simone Rittenhouse, Phone: 202-648-9131, Simone Rittenhouse, Phone: 202-648-9131
 
E-Mail Address
simone.rittenhouse@atf.gov, simone.rittenhouse@atf.gov
(simone.rittenhouse@atf.gov, simone.rittenhouse@atf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work RFP Place of Performance: 99 New York Avenue, NE, Washington, DC 20226. CONTRACTOR MUST BE ABLE TO COMMUTE DAILY TO THE PERSONNEL SECURITY BRANCH OFFICE IN WASHINGTON, DC This requirement is being set-aisde for total small businesses. The Government intends to award one or more vacancies as a result of this solicitation over a period not to exceed 12 months from the solicitation closing date. More than one award may be made throughout this 12 month period. Offerors agree their proposal shall be valid for a period of 12 months from the solicitation closing date, unless the offeror has indicated a lesser period of time. After the initial date for receipt of proposals, the Government, at its sole discretion, may establish subsequent dates for receipt of additional proposal (i.e., new offeror's who hadn't previously submitted a proposal). Any subsequent dates for receipt of additional proposals would be incorporated by amendment to this solicitation. Proposals will be accepted beginning from the date of this solicitation. All responses will be evaluated and a sufficient number of awards will be made to the most advantageous (most highly rated) contractors. ATF's objective is to provide a sufficient number of contractors, to ensure prompt and efficient performance of personnel security services. Due to the nature of the Federal Personnel Security Program, changes in policies, procedures and guidelines are subject to change without notice. Therefore, ATF and the PSB reserve the right to modify the terms of the contract and accompanied Statement of Work (SOW) at any time. All contractors agree to adhere to any new or updated requirements, policies and/or procedures. This solicitation is issued to state that any contract that is awarded will have a period of performance for 5 years (one base period and four (4) one-year option periods) from the time of award. Contractors selected from their responses to this solicitation will be offered a contract. The contractor's responsibilities thereunder are subject to 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 electronic mail after review and approval of the Contracting Officer's Representative (COR) or the Contracting Officer (CO). The North American Industry Classification System Code (NAICS) is 561611 Investigation Services. Contractor oversight and performance monitoring shall be conducted by an ATF representative to include, but not limited to, the PSB representatives, the COR and the CO. The following clauses are incorporated in full force: FAR Part FAR 52.212-4, Contract Terms and Conditions-Commercial Items (incorporated by reference). If a contractor is awarded a contract, he/she must complete a copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items and FAR 52.209-5, Certification Regarding Responsibility Matters. The contractor shall also provide a statement proving he/she has read and understands the terms and conditions set forth in the FAR 52.212-4. EVALUATION AND SELECTION CRITERIA ATF will consider awarding a contract to a contractor, as needed, based on past performance, qualifications and experience and capabilities. All contractors must submit a complete proposal package to include a resume and responses to all listed questions and/or statements. Contractors that submit incomplete proposals will be eliminated from further evaluation. Contractors will be screened based on an adjectival rating regarding their experience, qualifications, past performance and capabilities. An interview may also be required. Contractors shall demonstrate their experience, qualifications, past performance and capabilities. Contractors shall be rated on each response given to the below questions and/or statements. The adjectival rating scale is (from low to high): unsatisfactory, marginal, satisfactory, very good and exceptional. Contractors whose proposal responses receive an overall evaluation determination of satisfactory or higher may be considered for issuance of a contract, but are not guaranteed an award. Proposal Requirements Anyone wishing to respond to this solicitation should thoroughly read the SOW and ensure all program requirements are met. By submitting a proposal, contractors agree to comply with all terms, conditions, and requirements as documented in this solicitation and the SOW and all subsequent modifications. Only written requests received directly from the requestor are acceptable, i.e., each individual contractor (person) must submit his/her own proposal. Contractors will be notified of their proposal evaluation results in writing. (No phone calls will be accepted). FACTOR 1- TECHNICAL APPROACH CRITERIA A. Resume 1. A current, professional resume. Resumes should not exceed three (3) pages to include no more than two (2) references. References should include the two (2) most recent and/or past employments. Resumes exceeding three (3) pages will not be evaluated; and 2. Resumes should highlight the contractor's experience and capabilities in performing personnel security services. B. Experience and Qualifications. Please provide responses in no more than 6-10 sentences. The proposal will not be evaluated if a response to any question or statement is not provided. 1. Describe the purpose you believe background investigations serve in today's society. 2. Briefly identify and describe your familiarity with or knowledge of the reform efforts related to Federal personnel security programs. 3. Identify your qualifications as it relates to Section 4.0 of the SOW. 4. Describe your familiarity with the current suitability and adjudicative guidelines established by the Office of Personnel Management. 5. Describe your familiarity with the current Federal investigative coverage requirements and identify and describe at least four investigative coverage requirements for an SSBI. 6. Describe your ability to read and implement written directions pertaining to changes in policies and procedures. 7. Describe your ability to switch priorities while maintaining organization and steady flow of processing. 8. Describe how you would assess your written communication skills. 9. Describe your ability to effectively communicate with clear and concise thoughts. C. Capabilities. Please provide responses in no more than 2-3 sentences. The proposal will not be evaluated if a response to any question or statement is not provided. 1. Describe any commitments that could affect your ability to accept and complete work as requested. 2. Briefly describe your information technology capabilities in the following areas: a) Level of computer experience. b) Any computer-related courses. c) Computer related programs. d) Overall computer skill level. 3. Briefly describe your experience/knowledge with use of Microsoft Windows in the following areas: a) Creating folders, saving and renaming files and use of spelling/grammar check. b) Navigating, creating and editing/modifying Microsoft Word documents. c) Creating and editing/modifying Excel spreadsheets and performing general calculations. FACTOR 2 - Past Performance Please provide responses in no more than 6-10 sentences. The proposal will not be evaluated if a response to any question or statement is not provided. 1. Describe how 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 less than three (3) years investigative experience, provide any investigative/security experience or knowledge of government procedures that would support your ability to assist in administering a personnel security program. 2. Briefly describe any training for Federal background investigations and/or suitability or security adjudication training that you have completed. The details of the training need to include dates, vendor who provided training, etc. 3. Provide three (3) examples of your ability to assess and evaluate priorities and procedures, make recommendations for improvement and implement change. 4. Describe your experience writing policies and procedures and identify if they related to personnel security programs. 5. Describe your experience in generating status or statistical reports of a personnel security nature. 6. Describe your knowledge and experience utilizing NLETS, TECS/NCIC, Credit Reporting Agencies, Selective Service Registry, or other online databases. 7. Describe and provide examples of your ability to promote positive team work or team building. 8. Describe your experience conducting research related to Federal, state and/or local laws and regulations. Describe the goals of your research and if those goals were met. 9. Describe your ability to take direction and work with minimal or no oversight. 10. Describe your experience serving as a team leader or equivalent capacity in a personnel security or investigative environment. 11. Describe your experience evaluating and prioritizing workloads, establishing goals, and developing a plan to achieve those goals in a personnel security or investigative team environment. The contractor is to provide two (2) references for relevant and recent work performed for investigative services. Relevant is defined as work of similar type and magnitude as that in SOW. Recent is defined as work performed within the last three years The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the required effort. In this section the Offeror will include demonstrated and relevant corporate experience, including subcontractors and teaming partners, in performing projects requiring the type of services solicited. FACTOR 3 - Price (Non-Rated Factor) ATF will pay and/or reimburse contractors based on the rates as outlined in the current SOW. Contractors will be paid at the rate of $61.00 per hour for each hour up to and including 40 hours; no more than 1920 standard hours per fiscal year. Hours authorized and worked in excess of 40 hours per week are considered overtime hours and will be paid at the rate of $91.50 per hour. Any hours over 40 hour per week must be agreed upon and have prior approval from the COR, Branch Chief, or designee. Any contractor submitting a proposal for more than the rate stated in the SOW will be eliminated from receiving an award. Order of Importance (Factor 1) Technical Approach is more important than (Factor 2) Past Performance. ANY QUESTION YOU MAY HAVE MUST BE EMAILED BY 1:00 EST 7/22/15 Proposals are to be submitted via mail at 99 New York Avenue, NE, Suite 1.E-300, Washington, DC 20226, or via email to CBIP@atf.gov and must contain all of the required information as stated in the solicitation. Any questions please contact Simone Rittenhouse on 202-648-9131, simone.rittenhouse@atf.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA-15-AHDQ-R-0051/listing.html)
 
Place of Performance
Address: 99 New York Ave. NE, washington, District of Columbia, 20226, United States
Zip Code: 20226
 
Record
SN03796820-W 20150716/150715000036-3b804c74efd8536c7e8ff5627e4827ba (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.