Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2003 FBO #0535
MODIFICATION

R -- Request for proposals in receipt of Security Investigators for the USAID Office of Security.

Notice Date
5/16/2003
 
Notice Type
Modification
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523
 
ZIP Code
20523
 
Solicitation Number
M-OP-HRAM-AFM-12-00023
 
Response Due
1/10/2003
 
Point of Contact
Franklin Gunn, Contract Specialist, Phone 202-712-0501, Fax 202-216-3132,
 
E-Mail Address
fgunn@usaid.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The point of contact is hereby changed to reflect Franklin Gunn. The United States Agency for International Development (USAID) has the responsibility of performing Background Investigations on personnel selected to enter on duty with USAID and to update security clearances on personnel already on board. A Contract Background Investigation Program has been established to contract these Investigations out to trained and experienced investigators, typically, though not exclusively, retired federal investigators who have 5 years of current experience conducting personnel security Background Investigations. Contractors are required to conduct personnel Single Scope Background Investigations (SSBI), Periodic Reinvestigations (SSBI-PR) and other personnel security-related investigations under this Blanket Purchase Agreement (BPA). Background Investigations will be conducted in full compliance with Executive Orders 10450 and 12968, Security Policy Board Issuance's I-97 and 2-97, the Privacy Act of 1974, the Right to Financial Privacy Act and other relevant regulations, and USAID/SEC policies and procedures which will be made known to the Contractor. Investigations shall further comply with the standards and requirements prescribed by the Office of Personnel Management in the Federal Personnel Manual (FPM), Chapters 731 through 736. Contractors must have, or be able to obtain, a Top Secret security clearance based on a favorably adjudicated Single Scope Background Investigation to be considered for award. Contractors must be willing to undergo orientation training and attend periodic training conferences in the Washington, DC area. Contractors will be assigned to a Primary Regional Area (PRA) in reasonable proximity to their residence (to the extent possible, within a 150-mile radius of the residence) where the majority of their work will be performed. Nonetheless, the Contractor must be available to accept work involving travel to other PRAs and/or anywhere in the United States and Overseas locations. Work assignments will be made on the basis of workload and/or financial considerations as the needs of USAID dictate. It is preferred that the Special Agent possesses a current U.S. passport in order to accept work that requires overseas travel. With each investigation call/order, Contractors shall be tasked to complete the following investigative coverage (leads): - Schedule and conduct a Personal Interview of applicant; Verify identity and citizenship status; Verify employment during the past 5 to 7 years through records and interviews; Verify claims of residence during the past 3 years through records and interviews; Verify statements of educational achievement through records and interviews; Conduct interviews of references; Conduct interviews of ex-spouses; Conduct Local Agency (law enforcement agency) Checks (LACS); Verification of public records, divorce, bankruptcy, civil/criminal actions; Expand the investigation, as necessary; Security or other types of Special Investigations will normally be conducted in close association with Security Branch management. Special projects related to investigative/operational case management may be required. Contractors will be expected to be available to accept work as requested. Completion of at least three (3) investigations per month is required and mandatory upon the availability of assignments. Performance reviews will be conducted on an annual basis. It is preferred that Contractors be computer literate and proficient in a word processing application, preferably Microsoft Word or WordPerfect, for the preparation of Reports of Investigation and other relevant correspondence and forms. Knowledge of Microsoft Excel is desirable for the preparation of vouchers and other forms. Each call order will specify the following: (1) The work to be performed by the Contractor; (2) The place(s) where the work is to be performed; (3) An effective date and a completion date of the order; (4) The number or work hours ordered; (5) The fixed hourly rate; (6) A fixed price which shall constitute the maximum obligations of the Government to the Contractor for performance of the order and, (7) where applicable to the specific order, Government furnished property and/or logistical support will be provided to the Contractor. Contractors shall be paid for authorized services provided at the fixed hourly rate of $33.00, plus authorized expenses. The hourly rate will increase by $1.00 per hour effective for all Orders issued on or after the first day of each fiscal year. Higher hourly rates are payable for priority designated work when specifically authorized. Rate adjustments will be negotiated on a case-by-case basis. The Contract Line Items will be split into costs for Background Investigative Services and Other Direct Costs (i.e., travel) for each call order. Each Order will contain (in addition to the fixed hourly rate), other authorized direct costs necessary for the performance of the work including travel and transportation, per diem or subsistence. When specifically authorized, per diem and expenses will be paid for required travel. Applicable per diem rates shall be in accordance with Federal Travel Regulation, Title 41 CFR, Chapter 301. All applicants will be responsible to register with the designated Financial Management company, as applicable. USAID intends to issue to multiple vendors Blanket Purchase Agreements that will be available for placing calls/orders through September 30, 2007. Vendors selected from their responses to this solicitation will be offered a Blanket Purchase Agreement. A Blanket Purchase Agreement (BPA) is not a contract. A Blanket Purchase Agreement is a simplified method of procuring quantities of supplies or services that selected vendors are in a position to furnish and eliminates the need for more complex acquisition methods. There will be no minimum or maximum guaranteed quantity. The purchase limit of each call/order shall not exceed $5,000,000 in accordance with FAR Part 13.5 collectively. 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 USAID representative. The North American Industry Classification System Code (NAICS) is 561611 Investigation Services. The following clauses and provisions are incorporated and are to remain in full force: FAR Part 52.212.1 Instructions to Offeror - Commercial Items (Oct. 00) is incorporated by reference, applies to this acquisition. Clause 52.212-2 Evaluation-Commercial Items (Jan 99) Evaluation. Each Offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. Incorporated by reference are FAR 52.212.1 Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial. EVALUATION AND SELECTION CRITERIA. Capability of the Vendor. The USAID will award BPAs to vendors, as needed, on a pass/fail basis, based on past performance and experience, and the vendor's acceptability (the acceptance of USAID's terms and conditions including the hourly rate). Vendors will be initially screened on a pass/fail basis for acceptability. Vendors rated as passed will be assessed points for past performance and experience. Vendors with an overall score of at least 65 will be considered for issuance of a BPA. a. Experience (60 Points) Experience is the opportunity to learn by doing. USAID will evaluate each vendor's experience on the basis of its breath, it depth, and its relevance to the work that will be required under the prospective BPA. Evaluators will consider the years of experience conducting investigations in the federal environment, experience conducting personnel security investigations (including overseas experience), experience with or exposure to Foreign Affairs Agencies, computer proficiency. b. Past Performance (40 Points) Past performance is a measure of the degree to which an vendor satisfied its customers in the past and complied with laws and regulations. The USAID will 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, USAID will 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 data bases. USAID will assess the vendor's communication and written skills, and familiarity with directives governing the conduct of background investigations through an interview. Contractors with recent USAID experience will be evaluated on the performance they provided USAID. USAID will consider performance contractors have previously rendered to USAID to be more influential than past performance for another source. c. Acceptability. The USAID will determine the acceptability of each offer on a pass or fail basis. An offer is acceptable when it manifests the vendor's assent, without exception, to the terms and conditions of the RFP, including attachments and amendments (if any). If an vendor takes exception to any of the terms and conditions of the scope of work, the USAID 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. Offerors wishing to respond shall submit a current resume with your SSN as well as all the requested information within the content of this solicitation initially by January 10, 2003. This solicitation will be open throughout the period of this blanket purchase agreement. All proposals received after this initial date will be evaluated on a quarterly basis. All responsible sources may submit an offer of interest throughout this time period. Only written requests received directly from the requestor are acceptable. (No phone calls will be accepted.) Proposals are to be submitted via mail at 1300 Pennsylvania Avenue, N.W., Room 7.09-105, Washington, DC 20523. POC: Franklin Gunn. The proposed procurement is 100 percent set-aside for small business concerns.
 
Place of Performance
Address: Worldwide
 
Record
SN00325439-W 20030518/030516213055 (fbodaily.com)
 
Source
FedBizOpps.gov 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.