Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SPECIAL NOTICE

R -- Short-term (Intermittent) Subject Matter Expert under the C-TPAT Program

Notice Date
5/30/2006
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
Reference-Number-CTPAT-SME-2006
 
Response Due
10/31/2006
 
Archive Date
11/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Background: U.S. Customs and Border Protection (CBP) operates numerous industry partnership programs, domestic and international training projects in various countries throughout the world that address the entire range of customs cargo, and conveyance security operations. The purpose of the Customs-Trade Partnership Against Terrorism (C-TPAT) is to partner with the trade community to enhance the security of the US and the international supply chains against the possible intrusion by terrorist organizations. C-TPAT requires the trade company participant to document and validate their supply chain security procedures in relation to existing CBP-C-TPAT criteria or guidelines. As part of the C-TPAT process, CBP C-TPAT Supply Chain Security Specialists (SCSS) and the C-TPAT participant jointly conduct a validation of the company?s supply chain security procedures. The validation process is essential to verifying the company?s commitment to C-TPAT. To effectively implement these programs, there is a need for the utilization of contractors on an intermittent (short-term) basis. Short-term or intermittent is defined as a single assignment for 180 days or less. Intermittent Contractors (ICs) will be required to perform various tasks such as those associated with validations, training, utilizing specialized equipment, or to provide professional and technical assistance in specific topical areas. The following is a delineation of the types of general services that ICs are expected to provide under their contracts, as required. A more specific description of services or tasks shall be identified and provided to the ICs upon selection and award of a specific contract. C-TPAT Validator: The IC shall serve and be part of a C-TPAT team assigned to conduct supply chain security validations on companies that are part of the C-TPAT process. This work requires extensive report writing and communications ability. IC?s chosen for this position will be required to undergo two (2) weeks of successful C-TPAT training in Washington D.C in November 2006. Once determined to be C-TPAT validator, the IC will be assigned to one of five (5) SCSS field offices. The IC will coordinate all work, and travel requirements from the field office and be under the direction of the field officer supervisor. Note: There may be times when another field office requires additional assistance in performing validations. An IC may be required to supplement the field office with his/her services. TRAINING: The IC shall serve as a subject matter expert and/or presenter. He/she may be required to present customs or border control training based on an existing CBP curriculum. Instruction may include, but is not limited to, the areas of supply chain security, anti-terrorism measures, risk assessment, narcotics interdiction, port security, customs investigative techniques, money laundering, intellectual property rights, control of weapons of mass destruction, commercial import/export operations, or customs valuation. In general, the topic and contents of the course will be established, in advance, with course material normally provided by CBP. The selected candidate(s) is expected to have the appropriate experience and training to serve as an instructor in general and in specific areas of instruction. COURSE DEVELOPER: The IC shall develop a set of course materials on a given topic for later presentation by either CBP personnel or in-country advisors. Courses to be developed could be in any customs, border control, or industry partnership related areas such as those described for TRAINING above. The selected candidate(s) is expected to have the appropriate experience and training in course development for one or more related areas. TECHNICAL ASSISTANCE: The IC may provide technical assistance in highly specialized areas such as legal reform, inspectional technology (high and low tech), port security, or specialized field operations. For example, in the area of legal reform, tasks may include the review of customs laws and regulations of a country, making recommendations for improvements, and/or providing technical assistance in the preparation of new laws and regulations that meet the needs of a specific country. The selected candidate(s) is expected to possess specialized knowledge, experience, and background related to specific areas of expertise. TERMS and CONDITIONS: Most IC assignments will be less than 30 days, with adequate advance notice given prior to assignment/deployment. It is not envisioned that an IC would be on duty more than 180 days in a calendar year. If an IC declines more than two assignments, he or she may be excluded from further consideration at the discretion of CBP. CBP reserves the right to cancel a contract in the event that the IC does not fully meet the expectations of the assignment. POSSIBLE DUTY LOCATIONS: ICs must be willing and able to work in any country in which CBP C-TPAT conducts validations. CBP C-TPAT validations are being scheduled for Brazil, Jordan/Turkey, Malaysia, Philippines, Singapore, Indonesia, Pakistan, Sri Lanka, Colombia, Mexico and Canada during 2007. This travel may at times be to high-risk locations as stated above. As an anti-terrorism program, C-TPAT requires its Supply Chain Specialist along with the IC to travel to parts of the world that may have had past terrorist incidents. COMPENSATION and OTHER REIMBURSEMENTS: 1) ICs will be compensated for their performance on a fixed-priced basis at the rate of $2,400.00 per week for all ICs or prorating thereof (i.e., $480.00/day, $60.00/hour), for the period of time estimated by CBP for completion of the assignment. 2) All authorized contract work will be paid at the above weekly/daily/hourly rates. There are no provisions for an overtime or premium rate. 3) The IC contract will include reimbursement for the required medical evacuation coverage, not to exceed $500.00, and medical examination costs up to $500.00. Immunization shots may be required for certain countries. CPB will compensate the IC for receiving the necessary immunization. 4) All travel will be under U.S. Government travel orders (separate and apart from the contract) and in accordance with applicable U.S. Government travel regulations. NOTE: ICs will be reimbursed for all official travel upon completion of a travel voucher in accordance with an approved travel authorization. The IC will be responsible for purchasing airline or other common carrier tickets subsequent to approval of travel. ICs are NOT authorized to receive an advance for expenses for lodging, meals and/or travel incidentals. OTHER REQUIREMENTS: 1) Prospective ICs may be required to undergo updated background investigations to obtain a SECRET security clearance from CBP. If for some reason a clearance cannot be granted, the prospective IC may be excluded from consideration from any assignments calling for such clearances. 2) For some specific assignments, foreign language ability may be a requirement for selection. 3) All materials provided to or developed by the IC under a contract are the property of CBP Office of Cargo and Conveyance Security Division, and may not be released to any other party. 4) The relevant provision of the Trade Secrets Act reads as follows: ?Whoever, being an officer or employee of the United States or of any department or agency thereof?publishes, divulges, discloses, or makes known in any manner or to any extent not authorized by law any information coming to him in the course of his employment or official duties or by reason of any examination or investigation made by, or return, report or record made to or filed with, such department or agency or officer or employee thereof, which information concerns or relates to the trade secrets, processes, operations, style of work, or apparatus, or to the identity, confidential statistical data, amount or source or any income, profits, losses, or expenditures of any person, firm, partnership, corporation, or association or permits any income return or copy thereof or any book containing any abstract or particulars thereof to be seen or examined by any person except as provided by law shall be fined under this title or imprisoned not more than one year, or both, and shall be removed from office or employment. CONSIDERATION of APPLICANTS: Interested individuals are to submit their qualifications in resume format, to be accompanied by a completed CBP - QUESTIONNAIRE FOR INTERMITTENT CONTRACTOR which is available at FedBizOpps under the above Reference Number. In order to ensure that full consideration is given, applicants are encouraged to review the form OF-612, available at http://www.opm.gov/Forms/pdf_fill/of612.pdf. Applicants are encouraged to review the information and topics covered on the OF-612 form and ensure that resumes contain the same data elements that appear in that form. Applicants should NOT use the form OF-612 for the purpose of submitting an application, however. Resume packages (i.e., resume & completed questionnaire) will be accepted by e-mail to the appropriate address specified in this announcement only. APPLICANTS ARE TO SUBMIT THEIR APPLICATIONS AND RELATING DOCUMENTS TO: CBP-C-TPAT.contractor@dhs.gov. DO NOT SUBMIT TO THE CONTRACTING OFFICE STAFF. Application material submitted to the contracting staff will not be considered or forwarded for consideration. No acknowledgement will be made by CBP upon receipt of the resume. Please, no phone calls. METHOD of SELECTION/OPERATION: The CBP Office of Cargo and Conveyance Security Division will evaluate the resume and questionnaire packages received for technical ability. CBP may exclude any applicant from consideration if it is unable to conduct a comprehensive evaluation of his/her qualifications from the documents submitted. Qualified and otherwise acceptable candidates will then be added to a Qualified Bidders List from which ICs are selected and awarded a contract for one or more assignments in the future. Prospective ICs must be physically fit, able to perform the duties of an assignment and may be required to obtain a physical examination and certification that they are fit for travel anywhere in the world for assignments up to 180 calendar days. If selected for a contract award and CBP elects to require that the prospective IC obtain a physical, CBP will reimburse the IC for reasonable actual costs (not to exceed $500.00) by including this item on the contract, as described above. ICs may be required to obtain emergency evacuation insurance coverage. If so, the contract document will provide for reimbursement of reasonable actual costs for this coverage (not to exceed $500.00). CONTRACT DOCUMENT: As indicated above, once CBP identifies a requirement and selects a prospective IC, a CBP Contracting Officer will prepare a suitable contract document in accordance with the Federal Acquisition Regulation (i.e., FAR, viewable at http://www.acqnet.gov/far/). The contract document will contain the detailed statement of work for the specific assignment, including services required, estimated time required, country/destination, travel dates, materials and topics to be addressed, and other applicable information. NOTE: Prospective ICs must be registered in the government CENTRAL CONTRACTOR REGISTRATION (CCR) system at www.ccr.gov prior to issuance of a contract. CBP strongly recommends that applicants complete their registration as soon as possible after submitting an application. The process involves input of business information and registration with Dun and Bradstreet to obtain a D&B number. Applicants selected for an assignment and contract are not to commence performance or initiate travel until they receive and accept the contract in writing. The duration of contract performance shown on the contract document and resulting dollar amount constitutes a ceiling, beyond which the IC performs at his/her own risk. If needs arise which call for the IC to provide services for an additional period of time, the Contracting Officer will issue a modification which provides authorization for continued performance within specified limits. CONTRACT INVOICING and PAYMENTS: Payments are processed by CBP in accordance with the Prompt Payment Act as implemented by FAR clause 52.232-25. ICs are to submit an invoice for services rendered under their contract when the required assignment requirements are fulfilled, but no more frequently than once per month (in arrears), unless otherwise specifically authorized in the contract document. IC invoices must comply with the requirements of FAR 32.905. Travel-related reimbursements are handled separately in accordance with applicable travel regulations as indicated in the text above. TAX CONSIDERATIONS: All taxes (federal, state and/or local) and Internal Revenue Service (IRS) income reporting requirements are the responsibility of the IC as a 1099 type vendor. NOTE: This announcement is not an offer of employment. This Notice is being published on an annual basis and supersedes previous notices for intermittent contractors issued by CBP. This Notice remains in affect until canceled or superseded. Applicants must realize that CBP requirements for the services described above occur on a sporadic basis and there is no assurance or guarantee that they will receive a contract for the services described herein. DOCUMENTS AVAILABLE IN FEDBIZOPPS: One or more documents available at the FedBizOpps website may be in a compressed ZIP format. Applicants using MS WINDOWS XP should be able to unzip the files without difficulty. Applicants using previous or other operating systems may need to obtain suitable decompression/unzip software (i.e., WINZIP, PKZIP, etc.) to view the files. Suitable software can be obtained at a number of sites on the Internet including the following: http://www.winzip.com/downwz.htm http://www.pkware.com/home_and_small_office/downloads/
 
Place of Performance
Address: Various locations worldwide
 
Record
SN01058921-W 20060601/060530220253 (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.