SOURCES SOUGHT
R -- Childcare Security (Screening and Background Investigation)
- Notice Date
- 6/11/2015
- Notice Type
- Sources Sought
- NAICS
- 561611
— Investigation Services
- Contracting Office
- MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-15-R-0053
- Response Due
- 6/23/2015
- Archive Date
- 8/10/2015
- Point of Contact
- Regina Espinoza, 210-466-2234
- E-Mail Address
-
MICC Center - Fort Sam Houston (JBSA)
(regina.m.espinoza.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A Sources Sought Notice ONLY. On behalf of the Department of Army Chaplain Office (DACH), the Mission and Installation Contracting Command Center Fort Sam Houston, Texas is conducting SOURCES SOUGHT SYNOPSIS (SSS) pursuant to FAR Part 10-Market Research. Interested sources should respond to the questions presented within this announcement. This notice shall NOT be considered a request for proposal, quotation, or an invitation for bid nor does responding to this SSS guarantee or exclude your participation in the forthcoming acquisition process. Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. The Government will NOT award a contract solely on the basis of this notice, nor will it be liable for any costs associated with preparing and submitting a response to this notice. All submissions will become Government property and will not be returned. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, GSA etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any that may limit small businesses from participation. The information received will be used by the Government as a preliminary planning tool for the purposes of obtaining information regarding the availability and capability of qualified businesses under the North American Industry Classification System (NAICS) Code 561611, Investigation Services with a size standard of $20.5M as measured by total revenues. The anticipated period of performance is one Base Year of 12 months and two (2) 12-month option years. Description of services: The Department of Army Chaplain Office (DACH) requires the screening and background check requirements for individuals who have regular contact with children in the execution and support of Army Chaplain Corps programs and activities, in compliance with Army Directive 2014-23 dated 10 September 2014 as defined in the attached Performance Work Statement. As part of the capability package, interested firms responding to this synopsis who believe they possess the expertise and experience shall submit a written technical capabilities statement. Interested contractors should also address whether they can fulfill the requirements via GSA schedule. In response to this sources sought, please provide: Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), certified HubZone). Large Businesses are permitted to respond to notice. Name, title, address, phone number, email address of company point of contact. Vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include: 1. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor and contract values. Contracts may include those with Federal, State and local Government as well as private companies. 2. What costs are associated with procuring criminal background checks for each individual screened? Is there an economy-of-scale to be gained in entering an agreement for a guaranteed number of checks per year? 3. What is the average turnaround time for a typical criminal background investigation? What action(s) can be taken on the part of the government to decrease the average time needed? 4. How current is the data reported for background checks? What resource(s) are available to the government to capture the most recent data in each background check? 5. What is the best methodology for the government to send a large number of requests to a vendor? Does this methodology remain valid when sending hundreds of request per day to the vendor from various locations throughout the United States? 6. What is the best methodology for the vendor to relay background check results to the government? 7. What is the best method for coordinating and processing fingerprints and CNACI from individuals globally? 8. Are you aware of DoD regulations for inquiring and storing information? Explain 9. Contractor Facility: Describe your ability to comply with the quote mark Contractor Facility quote mark, PWS 1.6.5. Please note respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. All email responses should include in the subject line Company Name and the SSS Number. Questions shall be submitted via email to the POC above. This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate at dean.m.carsello.civ@mail.mil. Responses to this sources sought notice shall be submitted on or before 3:00 PM on 23 June 2015 to the POC via email to Regina Espinoza at regina.m.espinoza.civ@mail.mil and Jon Martel at Jon.p.martel.civ@mail.mil or by mail to Mission and Installation Contracting Command, Mission Contracting Office - Fort Sam Houston, ATTN: Regina M Espinoza, 2205 Infantry Post Road, BLDG 605, Fort Sam Houston, Texas 78234-1361. Contracting Office Address: MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361 Point of Contact(s): Regina Espinoza, 210 466-2234
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3ec9799e9e6bb843819b8f629d2a0909)
- Place of Performance
- Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
- Zip Code: 78234-1361
- Zip Code: 78234-1361
- Record
- SN03762111-W 20150613/150611235858-3ec9799e9e6bb843819b8f629d2a0909 (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 |