Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2014 FBO #4449
SOLICITATION NOTICE

R -- Fingerprint Services - STATEMENT OF WORK

Notice Date
1/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561611 — Investigation Services
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223, United States
 
ZIP Code
20223
 
Solicitation Number
HSSS01-14-Q-0034
 
Archive Date
3/13/2014
 
Point of Contact
Linda D. McAdams, Phone: 2024066788
 
E-Mail Address
linda.mcadams@usss.dhs.gov
(linda.mcadams@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Document Type: Combined Synopsis/Solicitation Solicitation Number: HSSS01-14-Q-0034 Classification Code: R -- Professional, administrative, and Management support services Set Aside: Small business NAICS Code: 561611 -- Fingerprint Services Description : This is a 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; quotations are being requested and a written solicitation will not be issued. Solicitation Number HSSS01-14-Q-0034 is issued as a Request for Quotations (RFQ) through Federal Acquisition Circular 2005-58. The NAICS code is 561611 -- Fingerprint Services, and the small business size standard is $12.5 million. This requirement is a total small business set aside. This solicitation is comprised of: I. OVERVIEW OF REQUIREMENT II. FORMAT AND SUBMISSION OF PROPOSAL (PARTS A and B) III. EVALUATION IV. PROVISIONS AND CONTRACT CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS VI. STATEMENT OF WORK I. OVERVIEW OF REQUIREMENT The United States Secret Service in Washington, DC is in need of Expert Services of one (1) fingerprint examiner to be on the premises on an as-needed basis to supplement existing staff efforts in handling heavy workloads and quality assurance matters. The needs are addressed per the Statement of Work. This requirement includes a base year with four (4) one (1) year options. II. FORMAT AND SUBMISSION OF PROPOSAL PART A. Pricing Proposal 1. Offeror Information: Offerors shall provide the contractor's business name, address, DUNS Number, Taxpayer Identification Number (TIN), point of contact's name, point of contact's e-mail address, point of contact's telephone number, business size, and status. Please note that upon review of the proposals, in determination of those that meet the standards referenced below, the United States Secret Service will communicate with the point of contact to schedule a presentation. 2. Pricing - the offeror shall provide an hourly rate for each line item: (a) Base Year (12 months): hourly rate which will be fixed throughout. (b) Option Year One (1) (12 months after the Base Year) hourly rate which will be fixed throughout. (c) Option Year Two (2) (12 months after Option Year One (1) hourly rate which will be fixed throughout. (d) Option Year Three (3) (12 months after Option Year Two (2) hourly rate which will be fixed throughout. (e) Option Year Four (4) (12 months after Option Year Three (3) hourly rate which will be fixed throughout. 3. For Past Performance, provide two references from two different agencies/entities for work performed within the past two years. Each reference must include the name of the agency/entity, the point of contact name, telephone number, and e-mail address. PART B. Technical Proposal The technical proposal shall be separate from the price proposal. SUBPART B1. Company Technical Proposal Company technical proposals shall include, but are not limited to: 1. Identification of the fingerprint specialist to use to fulfill the resulting contract. 2. A description of the services it will provide that demonstrates it clearly understands the Statement of Work and all required details of the solicitation. 3. The page limit is 15. SUBPART B2. Individual Specialist's Technical Proposal The technical proposal shall include information for the specialist: 1. A resume containing sufficient information to enable the United States Secret Service to determine whether the individual possesses the minimum of ten (10) years' experience as well as education pertaining to the fingerprint specialist profession needed to meet its requirement. 2. Certification that the specialist is Qualified/Certified by the International Association for Identification as a Certified Latent Print Examiner or has been a certified Fingerprint Specialist with the United States Secret Service. 3. For the specialist which the offeror intends to use in fulfilling the resulting contract and who will be demonstrating their services, the offeror must submit the SSF 3237, Contractor Personnel Access Application. 4. There is no page limit for this individual fingerprint specialist information. Submission of both Pricing and Technical Proposal Submit the proposal via e-mail to the attention of Linda McAdams at linda.mcadams@usss.dhs.gov ; telephone number: (202) 406-6788. The entire e-mail must not be greater than 3 MB; if the proposal is above that limit, please send multiple emails. Faxed proposals will not be accepted. Please put Fingerprint Specialist Services in the subject line. Proposals are due no later than 4:00 pm EST, Wednesday, February 26, 2014. The Government will not be responsible for any costs accrued or incurred by the vendor in response to this solicitation. III. EVALUATION A. EVALUATION FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. An award may be made to other than the lowest-price proposal received. The following factors shall be used to evaluate offers: (1) technical capability which is pass/fail (step 1); (2) past performance which is pass/fail (step 1); (3) the presentation which is pass/fail (step 2); and (4) price. The Government will perform a two-step evaluation. (1) Step one, the initial evaluation will ensure that the resume is in compliance with the stated requirements (e.g., years of experience, certification). Any resume not meeting the stated requirements will be found technically unacceptable. (2) Past Performance. The initial evaluation will ensure that past performance is acceptable. Specialists meeting step one will then be scheduled for a presentation. (3) Step two, Presentation: Offeror(s) will be requested to provide a presentation at the United States Secret Service headquarters in Washington, DC. Each offeror will be allotted a total of ten minutes. The presentation will include a panel consisting of United States Secret Service employees which will be used to evaluate the presentations. The presentations may be videotaped. B. EVALUATION Award will be made to the offeror whose demonstrated technical capability (includes the presentation) and past performance offers the "Best Value" to the Government, price and other factors considered. Technical capability and past performance, when combined, are significantly more important, when compared to price. Purchase Order Award: The Government intends to evaluate offers and award a purchase order without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. IV. PROVISIONS AND CONTRACT CLAUSES The following provisions and contract clauses are applicable: FAR 52.204-7, System for Award Management. FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-2, Evaluation - Commercial Items. See IIIB. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.222-50, Combating Trafficking in Persons Alternate I. FAR 52.233-3, Protest after Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.219-28, Post-Award Small Business Program Rerepresentation. FAR 52.222-3, Convict Labor. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Equal Opportunity for Veterans. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.222-37, Employment Reports on Veterans. FAR 52.223 -18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR 52.217-8, Option to Extend Services. FAR 52.217-9, Option to Extend the Term of the Contract. FAR 52.252-1, Solicitation Provisions Incorporated by Reference. FAR 52.252-2, Clauses Incorporated by Reference. HSAR 3052.204-71, Contractor Employee Access. HSAR 3052.215-70, Key Personnel or Facilities. USSS 3052.204-90, Unauthorized Use of the U.S. Secret Service Name. V. ADDITIONAL INFORMATION FOR OFFERORS: * To be eligible for the award, the company must be registered in System Award Management (SAM). If the company is not actively registered in SAM please go to https://www.sam.gov and get registered. VI. STATEMENT OF WORK Expert Services for one (1) Fingerprint Examiner BACKGROUND: The United States Secret Service (USSS) in Washington, DC has a need for Expert Services, fingerprint examiner to be on the premises on an "as-needed" basis to supplement the existing staff efforts in handling heavy workloads. ( As - needed is based on the number of cases we need assistance on. If the cases are low, the contract work will not be available. Regarding lead time, a schedule can be worked out for the contractor. Location: the contractor would need to work at U.S. Secret Service Headquarters. A schedule may be worked out between the contractor and the COR). OBJECTIVE: The contractor shall provide quality fingerprint related services at the Forensic Services Division of the United States Secret Service, 950 H Street, NW, Suite 4200, Washington, DC. The requirements for a responsible contractor include: professional accreditation, knowledge and familiarity with USSS methods, procedures, and policies on documentation of evidence and examination results. Current USSS clearance is a requirement before commencing services. These services shall include the following duties : MAJOR DUTIES: •· Friction ridge (fingerprint, palm print, foot print) comparisons •· Automated Fingerprint Identification System Searches •· Live-Scan related matters and training •· Evidence documentation and processing •· Provide expert testimony, to include testimony in regard to cases previously worked •· Case examination work and court testimony •· Crime scene response team •· Follow standard operating procedures and protocols for the laboratory and discipline •· Understanding and compliance with quality and management system protocols •· The utilization of Forensic Services Division established protocols as set forth in current Operations, Procedures, and Quality Assurance Manuals •· Provide mentoring to examiners in training •· Provide consultation to managers/supervisors related to the forensic document examiner profession •· Work closely with the United States Secret Service Contracting Officer's Representative in regard to scheduling and matters relating to the provisions for services at the United States Secret Service, Forensic Services Division laboratory •· Maintain involvement in the International Association for Identification and other professionally related organizations and/or training programs •· Maintain professional conduct, dress, and manner QUALIFICATIONS: It is required that the contractor be certified by the International Association for Identification as a Certified Latent Print Examiner or have been a certified Fingerprint Specialist with the United States Secret Service. The specialist, during courtroom assignments, must be able to understand legal terminology, and be qualified to perform in a courtroom setting. Offerors must submit their resumes and a copy of required certification with their proposal. Failure to submit these items will deem the contractor non-responsive and have the proposal rejected. REQUIREMENTS: The contractor shall be tested for proficiency and must successfully complete the test prior to being assigned casework. WORK HOURS: The contractor will be utilized on an "as needed" (see explanation above) basis to supplement the existing staff efforts in handling heavy workloads. Work hours will be scheduled by the Branch Chief, Identification Branch, Forensic Services Division, between the hours of 6:00AM and 6:00 PM, Monday through Friday. DOCUMENTATION: All documents (both hard and soft copy) that are produced during the duration of the contract by the contractor for the government shall be considered government property and shall be provided back to the government upon termination of the contract, or upon request. GUIDELINES: Guidelines consist of the operational policies of the Office of Equal Employment Opportunity, the regulations set forth in Sections 504 of the Rehabilitation Act of 1973, and the Americans with Disabilities Act of 1990, as amended. The contractor shall keep all documentation and information pertaining to the services they provide within the laws covering the Privacy Act, and shall consider all activity to be confidential in nature when servicing the agency or individuals. TRAVEL REQUIREMENTS: The contractor shall provide quality fingerprint related services at the United States Secret Service Headquarters in Washington, DC. Travel may be required, as the contractor may be needed to testify as an expert witness, as to the development, comparison, and identification examination results, as well as potentially provide training assistance in forensic fingerprint examination. Travel expenses incurred will be reimbursed according to GSA guidelines for lodging and meals and incidental expenses. WORK ENVIRONMENT: The United States Secret Service will provide the workstation, along with all necessary supplies and equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-14-Q-0034/listing.html)
 
Place of Performance
Address: 950 H Street NW, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN03275008-W 20140129/140127234432-22cde98b443ea1a406a16a2f1e4fc89c (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.