Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2009 FBO #2726
SOURCES SOUGHT

D -- Internet Database Sources that can quickly retrieve multi-formatted data gathered from a wide variety of sources that can assist field agents and analysts to further criminal investigations.

Notice Date
5/12/2009
 
Notice Type
Synopsis
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310
 
Solicitation Number
W91WAW-09-SS-120509
 
Response Due
5/21/2009
 
Archive Date
7/20/2009
 
Point of Contact
Johnny A. Redford, 703-428-0408
 
Small Business Set-Aside
Total Small Business
 
Description
This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contracting Agency, Contracting Center of Excellence (CCE), on behalf of Department of Defense Office of the Inspector General, intends to procure unlimited internet access service to current and historical records on individuals and businesses using a Hub Zone certified small business set-aside, small business set-aside, or under full and open procedures. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the attached Statement of Work (SOW). Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a Hub Zone,or small business concern, in NAICS code 541519 with a size standard of $25,000,000 are encouraged to submit their capability packages. Capability packages must not exceed 10 pages and must be submitted electronically to Johnny Redford, johnny.redford@us.army.mil. Small businesses are to outline their experiences in the following tasks: (1) To provide unlimited internet access service to current and historical records on individuals and businesses. (2) To allow users to browse through those records instantly. (3) To provide a cross-reference to public and proprietary records including identity verification information, relatives and associates, corporate information, real property records, and deed transfers. (4) To ensure access is available to a staff of field researchers who perform county, state and federal courthouse searches. Areas or tasks where a contractor does not have prior experience should be annotated as such. In addition, the following questions must be answered and elaborated on as part of the package: (1) Past Performance - Does your firm have the relevant past performance within the last three years (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed)? (2) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the SOW? If at least two responsible hub zones certified small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 1:00 PM EST, 21 May 2009, the requirement will be solicited as a 100% set-aside for Hub Zone certified small business concerns. If two or more Hub Zone certified small businesses are not found capable but there are at least two small businesses that are found capable, this requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement, Johnny Redford, johnny.redford@us.army.mil. A firm fixed price contract is anticipated. The anticipated period of performance will be one year from the date of the contract, plus two option years. The place of performance will be a secure internet site. Contractor personnel will not require a current top secret clearance. A written Request for Proposal (RFP) will be posted on or about 26 May 2009. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp/rfp_1.asp select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Johnny Redford, at 703-428-0408 or johnny.redford@us.army.mil. Statement of Work (SOW) I. BACKGROUND The Department of Defense, Inspector General (DODIG) promotes national security, integrity, and credibility in Government, through audits, investigations, evaluations, and other activities to prevent, detect and help correct problems in DOD programs. To accomplish this mission, the DODIG devotes resources to the prevention, detection, investigation, and prosecution of activities related to terrorism, product substitution, cyber crimes/computer intrusion, technology transfers, and other categories of fraud (e.g., bribery, corruption and major thefts). In support of this mission, it is vitally important for the DCIS to have the ability to have access to a resource that can quickly retrieve multi-formatted data gathered from a wide variety of sources that can assist field agents and analysts to further our criminal investigations. Period of Performance: One Year from date of award plus two option years. Project Objectives: The following are the major project objectives: " To provide mission-critical information in support of DCIS investigative " To have the ability to have access to a resource that can quickly retrieve multi-formatted data gathered from a wide variety of sources Hours of Operation/Place of Performance: The contractor is responsible for providing the service 24X7. II. OBJECTIVE The OIG objective is to contractually procure unlimited Internet access service to current and historical records on individuals and businesses, and allow users to browse through those records instantly. The service shall provide a cross-reference to public and proprietary records including identity verification information, relatives and associates, corporate information, real property records, and deed transfers. In addition, access is available to a staff of field researchers who perform county, state and federal courthouse searches. The contractor shall perform to the standards in this contract. III. SCOPE Specifications BASIC SERVICES. The contractor shall provide services for a web based commercial database source. Procured commercial database source must include all of the below requirements: Application Must be web based Be easily accessibility with a standard browser Speed at which search results are returned must be comparable or better than current source being utilized by DCIS for FY 06 Must have drag and drop interface with i2 Analyst Notebook software Data Must have unlimited access to at least 350 DCIS users nation-wide Must have ability to retrieve credit header data Provide reports containing data from public (consumer reporting agencies, yellow pages etc) and non public sources such as the FAA etc. Possess the ability to search voluminous data records comparable to current source which accesses over 19 billion records Ability to visualize data returned in the requested reports Provide access to real time data to include: SSN, name, business, DOB, POB, Address, property, relatives and associates, employer IDs (FEINS), corporate records, Dun & Bradstreet (BIR). Process on-line batch requests for data Availability Database must be available 24 hours a day 7 days a week Required data field search options that must be included: SSN Name variations (including Arab names) Addresses (real time data) Vehicles registration data (real time) Boolean/wildcard search capability Employer Phone (cell lines) Phone (hard line) to include searches of Canadian directories People US Military Personnel Global search capability City, State & Zip Code Corporations & Businesses Criminal Offenders & Court Records Aircraft & pilots Bankruptcies, liens & judgments Significant shareholders Drivers licenses Professional licenses Fictitious Business Names Death Records Infractions Phone Directories (real time) Phone Listings to include unlisted numbers Real Property Ownership and Deeds UCC filings Trade Marks Required compatibility to i2 Analyst Notebook software Report data should be easily exported into Analyst Notebook with use of: Drag & drop feature Save as.xml file Required Wireless access Ability to access to any device with wireless capabilities (i.e. cell phone with wireless capabilities, Blackberry etc) Required access to Dun & Bradstreet data Business Info Reports (BIR) DUNS Identifiers Required Customer Service Support Via Email Via Toll free number Training Provide Virtual training sessions online Provide Free Seminars Provide a 24/7 online training module Delivery Location DODIG/OAIM-ALSD/SMD 400 Army Navy Drive, Room 115 Arlington, Virginia 22202 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-SS-120509/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01814669-F 20090514/090512233022 (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.