SOURCES SOUGHT
R -- DoD Safe Helpline Additional Requirements
- Notice Date
- 4/15/2015
- Notice Type
- Sources Sought
- NAICS
- 624190
— Other Individual and Family Services
- Contracting Office
- Other Defense Agencies, Defense Human Resources Activity, Procurement Support Office, 4800 Mark Center Dr, STE 07G12, Alexandria, Virginia, 22350-1300, United States
- ZIP Code
- 22350-1300
- Solicitation Number
- DHRA04152015MT1
- Archive Date
- 4/29/2015
- Point of Contact
- Melanie C. Thornsbury, Phone: 5713722600
- E-Mail Address
-
melanie.c.thornsbury.civ@mail.mil
(melanie.c.thornsbury.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for market research information to identify potential sources that are interested in, and capable of, performing the work described in this RFI. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service. The Department of Human Resources Activity (DHRA) is not seeking proposals and will not accept unsolicited proposals. DESCRIPTION: All technical, operational, maintenance and support services for the Department of Defense (DoD) Safe Helpline are currently being provided by the Rape, Abuse & Incest National Network (RAINN) under contract number H98210-13-C-0016. This requirement is for additional services which are outside of the scope of the original award and includes the following: • Provide an option to address prior victimization on safehelpline.org and via the Safe Helpline mobile app. • Develop terms of service, policies, and protocol that include procedures to accept official reports of sexual assault from military members via the DoD Safe Helpline. • Enhance the Safe Helpline website and mobile application to include providing user access to an anonymous self-guided educational program grounded in research and best practices. • Provide training support and execution to Safe Helpline staff; conduct communication outreach support services; provide feedback, complaint and data collection and assessment support regarding Safe Helpline self-guided educational program and reporting retaliation. BACKGROUND: The DoD Safe Helpline is built on the National Sexual Assault Online Hotline platform which is proprietary to RAINN. RAINN is the sole owner of the online hotline technology and all facets of its implementation. The helpline: • Was launched in February 2011 as the result of the Defense Task Force on Sexual Assault in the Military (DTF-SAMS) Recommendation 27, issued in December 2009, which endorsed the establishment of a universal hotline to facilitate victim reporting. • Provides assistance to Service member victims of sexual assault for adult Active Duty, National Guard, and Reserve Component members consistent with DoD Directive (DoDD) 6495.01 as well as Coast Guard members and Transitioning Service Members (TSM). • Provides live, secure, one-on-one, confidential, anonymous, sexual assault assistance, crisis support and referral services on a 24/7/365 worldwide basis. • Serves to increase victim reporting, as underreporting sexual assaults poses a serious challenge to military readiness with potential costs and consequences of sexual assault being extremely high. Justification and Approval (J&A) History: Requirements identified in the description paragraph of this RFI are in addition to the DoD Safe Helpline services obtained under contract H98210-13-C-0016 which was advertised through posting on the Federal Business Opportunity (FedBizOpps). The previous J&A(s) for the DoD Safe Helpline services were approved and under the authority of Title 10 United States Code (U.S.C.) 2304(c)(1), FAR 6.302-1 - "Only One Responsible Source." The approval/authorization dates and respective contract award numbers: J&A approved 25 April 2013 - Contract H98210-13-C-0016; and J&A approved 7 May 2010 - Contract H98210-10-C-0005. Security Requirements: The Contractor shall: Establish appropriate administrative, technical, and physical safeguards to protect any and all nonpublic Government data to ensure the confidentiality, integrity, and availability of government data. The Contractor and all Contractor personnel with access to or responsibility for nonpublic Government data under this contract shall Comply with DoD Instruction (DoDI) 8500.1, Cybersecurity; The Privacy Act (5 U.S.C. 552a); DoD 5400.11-R, and DoD Directive 5400.11, DoD Privacy Program; DoD 6025.18-R, DoD Health Information Privacy Regulation; DoD 5200.2-R, Personnel Security Program; and HSPD-12, Homeland Security Presidential Directive. Comply with HSPD-12 Personal Identity Verification (PIV) issuance requirements, known as the Common Access Card (CAC). Contractor and contractor personnel must be citizens of the United States and CAC or PIV ready prior to reporting for work; able to obtain/maintain a favorable FBI National Criminal History Check (fingerprint check), two forms of identity proofed identification (I-9 document), and submit a National Agency Check and Law Credit (NACLAC) vetting package for processing. Maintain favorable FBI National Criminal History checks and ensure completion and successful adjudication of a NACLAC as required for Federal employment. Ensure contractor systems and information networks that receive, transmit, store, or process nonpublic Government data are accredited according to DoDI 8510.01 "Risk Management Framework for DoD IT" (RMF) (formally DIACAP) and comply with annual Federal Information Security Management Act (FISMA) security control testing. All systems subject to RMF must present evidence of authorization in the security plan, Security Assessment Report (SAR) Plan of Action and Milestones (POA&M) and authorization decision document or show that the system has successfully went through the Risk Management Framework Process in order to integrate information security and risk management activities into the system's life cycle. The RMF decision must be current and cannot exceed a 3 year timeframe. Evidence of FISMA compliance must be presented in the form of a POA&M. The Contractor will be responsible for the cost of RMF processes and FISMA testing required for any Contractor owned and operated network, facility and/or application processing DoD information. SUBMISSION INFORMATION: All potential sources are invited to submit a written capability statement that includes information that demonstrates the vendor's ability to provide all of the services/supplies described in this RFI. Responses shall also include a cover sheet that identifies the following information: 1. Company Name & Address 2. Point of Contact Name/Telephone/Email 3. North American Industry Classification System (NAICS) code. Identify the NAICS code under which your company would provide the supplies/services described in this RFI. 4. Business Size/Status. From the list below, identify all of the business sizes applicable to your company under the NAICS code identified at item three above: Small Business Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business Small Disadvantaged Business Woman-Owned Small Business Large Business 8(a) Certified HUBZone Small Business 5. Data Universal Numbering System (DUNS) Number. 6. Commercial and Government Entity (CAGE) Code. 7. If you have a GSA or other contract vehicle that covers these services, provide the contract number. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. All information received in response to this RFI that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and RFI submissions will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if issued. The information provided in this RFI is subject to change and is not binding on the Government. RESPONSE DUE DATE: Responses are due by 11:00 a.m. (Eastern) on April 28, 2015. All responses shall be submitted electronically to the DHRA Procurement Support Office point of contact: Ms. Melanie Thornsbury, Contract Specialist, at melanie.c.thornsbury.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0bd3a1190e9a1d4f063729ddb12eaec7)
- Record
- SN03700781-W 20150417/150415235137-0bd3a1190e9a1d4f063729ddb12eaec7 (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 |