Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOLICITATION NOTICE

R -- R-Administrative Support Services to process Freedom of Information Act (FOIA) Requests.

Notice Date
11/15/2011
 
Notice Type
Presolicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W411R0023
 
Response Due
11/15/2011
 
Archive Date
1/14/2012
 
Point of Contact
Shawn M. Smith, (703) 428-4829
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(shawn.m.smith4@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
R-Administrative Support Services to process Freedom of Information Act (FOIA) Requests. This presolicitation is in response to the Special Notice - Sources Sought submitted August 22, 2011. The following is the original synopsis with the questions and answers that took place: The Intelligence and Security Command (INSCOM) is conducting a market survey to determine the availability and technical capability of qualified small businesses, including small disadvantaged businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, and woman-owned small businesses capable of providing for the following requirements: 1) The contractor shall provide individuals with secret security clearance(s) to support Freedom of Information Act (FOIA) administrative support services for a base contract of one (1) year, with the possibility of four (4) option years if exercised at the Fort George Meade Army Base outside of Baltimore MD. 2) The contractor shall provide a support staff sufficient to accomplish the below objectives at a level sufficient enough to support the following levels of effort: - The FOIA/PO (Privacy Acts Office) receives requests on an average of 75 to 200 per week, - processes and sends out requests on an average of 45 to 190 per week, - receives requests on average of 350 to 500 per month, and - processes and sends out requests on average of 340 to 650 per month. 3) The contractor will access for the IRR (Investigative Records Repository) on average 1,034 records per week. The contractor will process on average 475 record requests per week for the IRR. And the contractor will scan on average 6,500 pages per week for the IRR. 4) These are the objectives referenced in bullet number 2: Contractor shall handle mail delivery and receipt for the office. Contractor shall receive and process various types of requests. Contractor shall research and input electronic and hardcopy requests into databases. Contractor shall resolve request issues as annotated modify requested data as necessary. Contractor shall open request and ensure the accuracy of data input. Contractor shall maintain proficiency with various standard and proprietary office software and database packages and tools. Contractor shall hold user level proficiency with office equipment. Contractor shall close requests and ensure the accuracy of data input. Contractor shall file and manage physical case storage and retention according to the ARIMS (Army Records Information Management System) system. Contractor shall prepare cases for final mail out into the U.S. Postal system. This request is for interested firms with the capability of providing the required administrative support personnel with appropriate clearances to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 561110 with a size standard of $7,000,000.00. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed ten (10) pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement should include a minimum of three references. A PDF copy (clear and legible) of the capability statement must be received at shawn.m.smith4@us.army.mil with the subject line stating "W911W4-11-R-0023 Response to Market Survey" by 12:00 PM EST on 31 August 2011. Responses by fax, U.S. Postal Service, or other courier services will not be accepted. Any questions must be sent via e-mail to shawn.m.smith4@us.army.mil and must include solicitation number (above) with subject line stating "Questions in Response to Sources Sought Synopsis" by 12:00 PM EST on 25 August 2011. Response to all questions received will be posted as an Amendment no later than 12:00 PM EST on 26 August 2011. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Contracting Office Address: INSCOM Acquisition Center 8825 Beulah Street Fort Belvoir, VA 22060-5246 Primary Point of Contact: Shawn M. Smith Contract Specialist shawn.m.smith4@us.army.mil Questions and Answers Question 1: Who is the incumbent for the above solicitation? Answer 1: ASR International Corp out of Hauppauge New York. Question 2: Is there an incumbent providing these services? If so, are you able to provide me with the contract number, contractor's name and value? Answer 2: Refer to Answer 1 above for incumbent. The contract number is W911W4-09-F-0082, and it was awarded for $588,595.20 on the base year. Question 3: Are there incumbent contractor staff that your management team would like to retain on this requirement? Answer 3: The Government will not suggest to any contractor the hiring practices that you employ or how to recruit personnel to fulfill this. Question 4: Can you tell me if these services are currently being performed by a contractor? If so, could you please provide the incumbent name as well as the contract number? Answer 4: Refer to answers 1 and 2. Question 5: Is this a follow on requirement? If yes then who is the incumbent and what is the contract number? Do we need to have a Facility Clearance in place at the time of proposal submission? Answer 5: Refer to answers 1 and 2. Yes - you will need to have a Facility Clearance in place at the time of proposal submission. In accordance with the security requirements of the DD Form 254 and NISPOM (National Industrial Security Program Operating Manual) requirements, a facility Top Secret Security Clearance will be required at proposal to be considered technically proficient during the evaluation process. Question 6: Could you please update us regarding anticipated release date of the sources sought below? R-Administrative Support Services to Process Freedom of Information Act (FOIA) Requests Solicitation Number: W911W411R0023 Also, could you advise on whether this is a re-compete or a new solicitation? If it is a re-compete, please advise on who the incumbent is. Answer 6: This document you responded to was the sources sought released. This is market research for a requirement that is ending, and a new contract needs to be put in place. Question 7: If this Source Sought becomes a competitive RFP, do you foresee it including a need for FOIA analysts? Answer 7: No. Question 8: Is there an incumbent? Answer 8: Refer to answers 1 and 2. Question 9: If there is an incumbent, will the incumbent be permitted to bid on the solicitation upon release? Answer 9: This Sources Sought is for market research to decide what type of small business to set this requirement aside for. If the incumbent is in that business type category, the incumbent will not be prohibited from proposing. Question 10: The Draft Solicitation characterizes this procurement as an unrestricted competition. However, the FBO posting states that the intended procurement will be classified under NAICS code 561110 with a size standard of $7M. Does this mean that only businesses within that size standard may bid, or may any large or small business bid on this procurement following release? Answer 10: This is market research to determine small business capabilities to determine if they can perform the requirements. FAR 19.502-2(b)(1) says in part if there is reasonable expectation that offers will be obtained from at least two responsible small businesses that actions over the simplified acquisition threshold shall be set aside for small business. Question 11: The FBO Sources Sought Synopsis requires individuals to have a Secret security clearance, but the Draft Solicitation requires a Top Secret clearance and a Top Secret facility clearance. Please clarify the clearance requirements for this intended procurement. Answer 11: A Top Secret Security Facility Clearance is required. Question 12: Draft Solicitation, 1.6.8 - Will the Government facilitate Information Assurance Technician (IAT) Level 1 certification for personnel, or must personnel come pre-certified? Answer 12: The Government can facilitate this requirement. Question 13: Draft Solicitation, 1.6.11 - Is the Site Lead different from the Contractor's Contract Manager? Answer 13: The Government is looking for a point of contact should an issue arise. It is up to the Contractor as to how they propose their labor categories in fulfilling the requirements in their submitted proposal. Question 14: Draft Solicitation, 1.6.11 - What does IAW stand for? Answer 14: IAW stands for in accordance with. Question 15: Draft Solicitation, 1.6.11 - Would the Site Lead and/or Contract Manager perform same tasks as administrative personnel? Answer 15: Refer to 13. Question 16: Draft Solicitation, 5.1.5 - Must Contractor personnel come with knowledge of the databases mentioned (DCII, JPAS, CASELOG, FACTS, etc.), or will personnel be trained upon award? Answer 16: The staff shall be technically proficient to perform in accordance with the requirements set forth in the Performance Work Statement. Question 17: We are requesting the name of the incumbent contractor, contract number and award date. Answer 17: The award date is 4 September 2009. For the other questions refer to answers 1 and 2. Question 18: Will the Government consider changing this solicitation to NAICS Code 518210 - Data Processing, Hosting, and Related Services ($25M) Answer 18: The duties that pertain to this requirement are in a preponderance of administrative duties.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W411R0023/listing.html)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
 
Record
SN02623726-W 20111117/111115234607-139a163a43a0a4cad37ea981d9aeeddc (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.