Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2008 FBO #2568
SOURCES SOUGHT

R -- Litigation Support to the Air Force and Dept of JusticeAgencies

Notice Date
12/5/2008
 
Notice Type
Sources Sought
 
NAICS
922130 — Legal Counsel and Prosecution
 
Contracting Office
Dept of the AF, Air Force Materiel Command, ASC2275 D Street Bldg 46Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
668AESS-09-001
 
Response Due
12/19/2008
 
Archive Date
1/31/2009
 
Point of Contact
William Leslie, (937) 255-2783<br />
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Title - Litigation Support Response Date:19 Dec 2008, 3 pm EST This notice is not a request for proposal. This is a Sources Sought Notice (SSN) to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements to support a classified litigation, previously awarded as a sole source contract. The information received will allow the government team to determine market understanding and capability to integrate and complete the program for planning purposes only. Therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Companies that respond will not be paid for information submitted except as an allowable cost under other contracts as provided in FAR 31.205-18, Bid and Proposal Costs. No funds have been authorized, appropriated, or received for this contemplated effort. Any response is strictly voluntary on the respondents part. If after reviewing this information, you desire to participate in responding to this sources sought, you should provide documentation that supports your companys capabilities in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Both large and small businesses are encouraged to participate in this sources sought research. Joint ventures or teaming arrangements are encouraged. General Description Purpose of this SSN is to determine if capable vendor sources are available in the market. The Air Force has a need for administrative, programmatic, security and management support to supplement Government organic resources at Wright-Patterson AFB. The Litigation Support Program Office has been tasked to support the Air Force and the Department of Justice (DoJ) in the evaluation of and to assist in preparation of the legal responses to the Plaintiffs complaints. The current acquisition strategy is to award a Firm Fixed Price service contract with four out-year options. Contractor Experience The Litigation Support Office provides pre-trial, trial and post-trial support to the Air Force (AF) and the Department of Justice (DoJ). The Litigation Support Office has a need for contractor support to critical program requirements that began in late 1998. This work requires a contractor with specialized experience in the litigation process, plus cooperation with inter-departmental organizations and missions. Any interruption in support or loss of experience would be detrimental to the success of this program. Because of the aforementioned, there will be no transition time allowed upon award of the contract. Respondents are requested to provide a brief description of their teams capability and approach to accomplishing the Draft PWS tasks. To analyze your companys capability, please address how you/your team will perform this work in the order listed below: a. Demonstrated capability and experience developing search methods to improve identification of pertinent litigation documents contained in the commercially based unique litigation imaging system that contains the evidence for the litigation. b. Demonstrated knowledge and experience conducting database searches in the commercially based unique litigation imaging system. c. Demonstrated capability and experience developing, populating, and integrating multiple electronic timelines and standalone CD products. d. Demonstrated knowledge and experience of the United States Court of Federal Claims discovery Rules and the AF and DoJ requirements implementing them. e. Demonstrated knowledge and experience with regard to the deposition process and the processing of the transcripts of deposition proceedings. f. Demonstrated ability to provide qualified personnel with Secret clearances and with investigations dated within the last five years. Top Secret clearances are required for some positions. g. Demonstrated knowledge and experience of the document classification review process required for filing classified evidence with the court. h. Demonstrated knowledge and experience acting as a Program Security Officers (PSO) representative at depositions to ensure discussions remain within the boundaries of the participants clearance and access. i. Demonstrated capability and experience conducting page-by-page classification review of potential trial exhibits. j. Demonstrated comprehensive knowledge of the 183 page Senior Party Security Procedures Manual and Classification Guide. k. Demonstrated knowledge and experience supporting court reporters in depositions involving special access program data. l. Demonstrated knowledge and experience using portable imaging systems at remote sites with various levels of classification, special program access, and site-specific handling restrictions. m. Demonstrated knowledge and experience preparing documents for discovery at remote sites according to AF and DoJ requirements. n. Demonstrated knowledge and experience processing litigation documents into the commercially based unique litigation imaging system that contains the evidence for the litigation. o. Demonstrated capability and experience transcribing interviews of former Government program personnel and preparing and protecting those classified transcripts. p. Demonstrated knowledge and experience analyzing and evaluating specific legal and contractual claims submitted by plaintiff and providing input to the attorney team in accordance with AF and DoJ requirements. q. Demonstrated capability and experience managing contractor personnel providing litigation support. r. Demonstrated knowledge and experience orchestrating and implementing litigation support requirements established by the AF and the DoJ. s. Demonstrated knowledge and experience accomplishing security tasks associated with all security disciplines (Personnel, Industrial security, Special Access, Information Security, Physical Security, Classification Management, etc.) t. Demonstrated capability and experience managing a hardcopy litigation library in excess of six million images. Format & Page Limitation Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Small Business (Yes / No) Central Contractor Registration (CCR). (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). General capabilities and concepts should be submitted on CD-R in an electronic format that is compatible with Microsoft Windows and Office 2003. This CD should be provided to donald.parks@wpafb.af.mil, 668 AESS/PK at the address below not later than 22 September 2008. The CD and cover label should be marked "Proprietary/Competition Sensitive Information." Also, two paper copies of the response should be submitted unbound in three-ring binders and must be clearly labeled "Proprietary/Competition Sensitive Information" on the cover sheets and in close proximity to this type of information on each applicable page. Proprietary/competition sensitive information will be protected from disclosure. The paper copies and the electronic versions must be identical in all respects. Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. The font size shall be no less than 12 point. Use at least 1-inch margins. For page counting purposes, double-sided pages shall be treated as two pages. Contractor paper copy submittals shall not exceed 15 pages in length. No classified information should be included in contractor submittals. 668 AESS Attn: Mr. William Leslie 1895 5th Street, Bldg 46 Wright-Patterson AFB, OH 45433-7200 Questions relative to this sources sought research should be addressed to Mr. William Leslie and sent by E-mail to william leslie2@wpafb.af.mil. Part II. Capability Survey Questions General Capability Questions: Describe briefly the capabilities of your facilities and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in content and complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your company's capabilities for generating, handling, processing and storing classified material and data. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. Please provide answers to the following questions: What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? Submission of Documentation Information/documentation packages are due to the contracting office identified below by 3:00 pm Eastern Standard Time 19 Dec 2008. Industry is encouraged to respond with information not constrained by proprietary data rights; however, if any information submitted is considered to be proprietary, then those pages should be marked accordingly. If minimal response is made to this SSN, it may become necessary to post a new notice on the FEDBIZOPS website. Additional Information All responsible sources may submit information that shall be considered by the agency. All routine communications regarding the announcement should be directed to the contractual point of contact listed below. Contracting POC: Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218. Questions relative to this sources sought synopsis should be submitted to Mr. William Leslie or Mr. John R. Shock at william.leslie2@wpafb.af.mil or John.shock@wpafb.af.mil. Phone contact information for these persons is (937) 255-2783,or(937)656-5907, respectively. THIS IS NOT A CALL FOR PROPOSALS. DO NOT SUBMIT PROPOSALS AT THIS TIME. ANY PROPOSALS RECEIVED WILL BE RETURNED to SENDER. For more information on "Litigation Support to the Air Force and Dept of Justice Agencies", please refer to: https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=5932
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=08bff3ba4cb18bab5b5970d712a131a9&tab=core&_cview=1)
 
Record
SN01714588-W 20081207/081205220956-08bff3ba4cb18bab5b5970d712a131a9 (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.