Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2004 FBO #1038
SOLICITATION NOTICE

R -- Investigator/Adjudicator

Notice Date
9/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
General Services Administration, Office of Management and Workplace Programs (C), Procurement Services Branch (CAFP), 1800 F Street, N.W., Room B242, Washington, DC, 20405
 
ZIP Code
20405
 
Solicitation Number
GS00M05PDR0003
 
Response Due
10/12/2004
 
Archive Date
10/27/2004
 
Small Business Set-Aside
Total Small Business
 
Description
Personnel Security Branch Date: September 27, 2004 To: All Prospective Offerors From: GSA Headquarters Contracting Division Subject: Solicitation # GS00M05PDQ0003 ? Investigator/Adjudicator The General Services Administration (GSA) is issuing a Small Business Set-Aside combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The following provisions and clauses apply to this acquisition: 1) 52.212-1, Instructions to Offerors-Commercial (OCT 2000); 2) 52.212-3, Offeror, Representations and Certifications-Commercial Items; 3) 52.212-4 Contract Terms and Conditions-Commercial Items (APR 1998), with an addendum; and 4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2000). The North American Industry Classification System (NAICS) code is 541512. The General Services Administration (GSA) is issuing this solicitation on behalf of the GSA?s Office of the Chief Acquisition Officer to solicit proposals for the purpose of entering into a Fixed-Price Task Order contract. The requirement is to provide expert security tracking system and security adjudication expertise. The services are delineated in the attached Statement of Work (SOW). GSA will conduct this acquisition by evaluating proposals according to the following instructions and will award a fixed price task order based on the best value to the Government. The Government may award without discussions. This task order is subject to the availability of funds. FORMAT FOR TECHNICAL PROPOSAL The due date for submittal of the Technical and Price Proposal (an original, three copies and one electronic copy in Microsoft Word or PDF Format) will be noon, Eastern Standard Time, October 12, 2004, to the Contracting Officer at the address specified below. Electronic copies shall be submitted on a Compact Disk (CD). The Technical Proposal is limited to 15 pages with a minimum 11-point font size text, and page margins of at least 1 inch on the top, bottom and sides. Resumes and Table of Contents (to consist of topics and page numbers only) are not included in the 15-page limitation. Any attachments, appendices or exhibits are included in the 15-page limitation. If an Offeror?s Technical Proposal exceeds the 15-page limitation, only the first 15 pages will be distributed to the evaluation team. The Price Proposal has no page limitation. Please note: As Technical Proposals are reviewed, evaluated and rank-ordered prior to reviewing Price Proposals, all technical information shall be in the Technical Proposal to be considered. The Technical Proposal shall include: Key Personnel Resumes Technical Approach Past Performance 1. Key Personnel (maximum 2 pages per resume, no limit on the total number of resumes) The Offeror shall provide a description of the experience, skills and capabilities of each of the key personnel on your proposed project team. Descriptions shall include the quality and depth of experience of proposed personnel in working on similar projects in terms of background, education, work experience, and accomplishments. Descriptions should demonstrate the knowledge that key personnel have gained through completed and ongoing efforts on similar projects. "Similar projects" is meant to convey similarity in subject matter, dollar value, duration, and complexity. 2. Management Approach A management approach is required from each Offeror. The approach shall be simple, easy to read, and shall clearly and concisely describe project responsibilities and personnel, any proposed subcontracting or teaming arrangements, communication and coordination, scheduling of all tasks and subtasks, meetings, and deliverables. All staff needed to conduct the work and produce all required products and deliverables must be identified. In meeting deliverables, Offerors should elaborate on how they plan to measure their efforts to ensure the highest quality of performance. 3. Past Performance Provide a point-of-contact, email and telephone number for each reference. Contact information must be current. FORMAT FOR PRICE PROPOSAL The price proposal shall be a separate volume from the technical proposal. There is no page limit on the price proposal. It shall be submitted at the same time as the technical proposal. Price proposals shall be based on current GSA Schedule rates, utilizing any and all discounts. Optional deliverables shall be priced separately. EVALUATION OF PROPOSALS Each Offeror?s proposal shall be evaluated according to the factors shown below. The relevant factors are listed below in descending order of importance. FACTOR A: Key Personnel Demonstrated experience in conducting background investigations and adjudication suitability in accordance with Office of Personnel Management (OPM) standards (5 Code of Federal Regulations 731). Demonstrated experience and knowledge of security regulations such as 5CFR 731, Executive Order 12958, Executive Order 10450 and other similar regulations. Availability and qualifications of the proposed staff, their experience in similar projects and their capability to fully and professionally accomplish the objectives stated herein; Ability to communicate both orally and in writing with both technical staff and senior management. FACTOR B: Management Approach Understanding of the work; Discussion of specific methods and techniques for completing tasks; Anticipation of potential problem areas, and creativity and feasibility of solutions to problems; and Discussion of schedule and any other issues about which the Government should be aware. FACTOR C: Past Performance Past Performance of the Key Personnel to include the history of successful performance, of producing high-quality work and other deliverables, of staying on schedule and within budget. Includes creativity and diligence in anticipating and solving problems. CONTRACT AWARD Contract award is anticipated on or about October 15, 2004. Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors, and price considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the program objectives at a realistic and reasonable price. Technical evaluation factors are more important than price; however, between proposals that are evaluated as technically equal in quality, price will become a major consideration in selecting the successful Offeror. The Government reserves the right to choose not to accept any of the proposals. QUESTIONS REGARDING THIS RFQ All questions must be submitted in writing via email to the Contracting Officer no later than October 4, 2004, noon EST, to ensure a response. All questions must be in writing and no questions will be accepted by telephone. The Government reserves the right to edit any questions as needed to protect the identity of the source, but absent this consideration the Government intends to quote each submitted question verbatim in its response. The Government has targeted, but cannot guarantee a consolidated response to all bidders on or about October 7, 2004. GSA CONTRACTING OFFICER Helen R. Ballard Contracting Officer GSA Headquarters Contracting Division 1800 F Street, NW ? Room 4020 Washington, DC 20405-2002 Helen.Ballard@gsa.gov ATTACHMENTS Attachment 1 is the SOW with the objectives and deliverables. National Human Resources Services Division Office of Human Resources Services Office of the Chief People Officer STATEMENT OF WORK Investigator/Adjudicator FY05 1) INTRODUCTION a) The General Services Administration (GSA) Office of the Chief People Officer, Office of Human Resources, National Human Resources Services Division, Personnel Security Branch requires the services of an investigator who can retrieve records, conduct interviews, and recommend adjudication for basic suitability for Public Trust Positions and National Security Positions. 2) CONTRACTOR RESPONSIBILITIES Contractor investigators shall provide the services stated below. The Government estimated hour required per week is an average 24 hrs. per week: a) Review security files at alternate locations. b) Travel on an as needed basis. c) Conduct interviews. Upon contract award, the contractor shall: d) Report to GSA Headquarters, 1800 F Street, NW, Room 1104, Washington, D.C. for initial processing to: e) Obtain a photo ID badge. f) Access the CIO Security Web page, to take a security awareness on-line training course. (Approximately 30 minutes). g) Receive Briefing from Security Office regarding procedures. The briefing may take up to five business days. Time dependent on prior experience or familiarity with GSA regulations. h) Review all copies of Reports of Investigation provided by the GSA Security Office, and complete the case-processing sheet with recommendations for final adjudication. i) Prepare a proposed referral memo for any unfavorable determination. During the contract performance period and/or at the end of the contract performance period, the j) Ensure that all upgrades and/or required maintenance of government furnished equipment (GFE) are obtained in a timely manner. k) Use only GFE provided under this contract to perform the services required from this Statement of Work. l) Return to the GSA Security Office all GFE upon termination of the contract. m) Be responsible for any loss or damage to GFE caused by the contractor?s negligence or lack of due care. 3. PERFORMANCE MEASURES The contractor?s performance will be assessed in accordance with the following standards: Performance Measures Quality Expectations a) Completeness Deliverables will be 100% complete. b) Accuracy Deliverables will be 100% accurate. c) Effectiveness All deliverables must contribute to the overall success of the task. d) Timeliness All deliverables will be on time and within schedule. e) Communication Communication with client/customers is professional. 4. GOVERNMENT FURNISHED EQUIPMENT/SERVICES a. GSA will provide the following Government Furnished Equipment (GFE): i. Current GSA standard desktop equipment, including laptop computer, port replicator, monitor, keyboard, and mouse. ii. Standard GSA all-in-one copier, scanner, and fax machine. iii. All necessary software and upgrades. iv. All computer support for GFE, through technical assistance provided by the Desktop Management Support (DMS) Help Desk. v. Telephone calling card. b. Access to Office of the Chief People Officer, Office of Human Resources, National Human Resources Services Division, Personnel Security Branch (CPNS) network drives, GSA?s Intranet and Lotus Notes electronic mail. c. Provide a FedEx account for all copies of reports to be returned to the GSA Security Office. 5. CONTRACTORS QUALIFICATIONS a. Must have a current SSBI or SSBI-PR. b. Must have at least three (3) year?s experience in reviewing background investigations and adjudicating suitability in accordance with Office of Personnel Management (OPM) standards (5 CFR 731). c. Must have at least three (3) year?s experience adjudicating National Security clearances. d. Must have at least five years experience conducting background investigations. e. Must have expertise with, Microsoft Windows 9x or higher and Microsoft word 9xor higher. f. Familiarity with GSA Rules and Regulations desirable but not mandatory. 6. TYPE OF CONTRACT a) The Government anticipates using a fixed price contract to be awarded based on best value for the Government. 7. PERFORMANCE LOCATION a) The contractor will be required to report to the GSA Personnel Security Branch, Room 1104, 1800 F Street, NW, Washington, D.C, for meetings as requested, and for computer upgrades. 8. PERIOD OF PERFORMACE a) The performance will commence on October 18, 2004, and will continue through and including September 30, 2005, with four 1-year options. 9. QUALITY ASSURANCE a) Current level of security clearance shall be maintained. b) Cases adjudication recommendation will be approved 90%of the time. 10) DISCLOSURE INFORMATION Any information made available to the Contractor by the Government shall be used only for the purpose of carrying out the provisions of this contract and shall not be divulged or made known in any manner to any persons except as may be necessary in the performance of the contract. In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and shall ensure that all work performed by its subcontractors shall be under the supervision of the Contractor or any of its subcontractors to whom any Government record may be made available or disclosed shall be notified in writing by the Contractor that information disclosed to such officer or employee can be used only for a purpose and to the extent authorized herein. Further disclosure of any such information, by any means, for a purpose or to an extent unauthorized herein, may subject the offender to criminal sanctions imposed by 18 U.S.C. 641. That section provides, in pertinent part, that whoever knowingly converts to their use or the use of another, or without authority, sells, conveys, or disposes of any record of the United States or whoever receives the same with intent to convert it to their use or gain, knowing it to have been converted, shall be guilty of a crime punishable by a fine of up to $10,000, or imprisoned up to ten years, or both. 11. TRAVEL a.) Travel will be reimbursed in accordance with the Federal Travel Regulations. 12. SECTION 508 REQUIREMENTS a.) All electronic and information technology (EIT) procured through this task order must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists, 36 CFR implements Section 508 of the Rehabilitation Act of 1973, as amended, and viewable at http://www/access-board.gov.
 
Place of Performance
Address: Room 1104, 1800 F Street, NW Washington DC
Zip Code: 20405
Country: United States
 
Record
SN00682808-W 20040929/040927212310 (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.