SPECIAL NOTICE
R -- Request for Information-Investigative Field Work Washington, DC Beltway
- Notice Date
- 1/3/2017
- Notice Type
- Special Notice
- NAICS
- 561611
— Investigation Services
- Contracting Office
- Office of Personnel Management, Boyers Contracting Group, Boyers Contracting Group, 1137 Branchton Road, Boyers, Pennsylvania, 18018, United States
- ZIP Code
- 18018
- Solicitation Number
- OPM1517I0001
- Archive Date
- 2/1/2017
- Point of Contact
- Rory J. Page, , Leslie L. Henderson,
- E-Mail Address
-
rory.page@opm.gov, leslie.henderson@opm.gov
(rory.page@opm.gov, leslie.henderson@opm.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a request for information (RFI) issued by the Office of Procurement Operations (OPO), on behalf of the National Background Investigations Bureau (NBIB), for the United States Office of Personnel Management (OPM). It seeks to obtain price, delivery, other market information and capabilities for planning purposes only as they relate to contracting for the fieldwork services necessary in completion of its background investigation program. The Government does not presently intend to award a contract nor does it represent that a solicitation will be issued that follows the below. All work contemplated below would be subject to all existing OPM-NBIB background investigation policy and any modifications executed thereto during performance. Responses received hereto are not offers and cannot be accepted by the Government to form a binding contract. Nothing submitted in response to this RFI will be shared outside of the interested parties currently planning for future requirements. Specifically, no contractor submitted information shall be shared with other contractors or those without a direct need to know in performance of their Government planning responsibilities. One of the Government's planning objectives is to seek contract alternatives for fieldwork services without negatively impacting its current capacity. Specifically, it seeks to write contracts that do not primarily involve those individuals actively performing fieldwork services for OPM. The work would likely require at least one (1) project manager, a staff of qualified background investigators and all other costs attributable to the management and successful delivery of the work. Exclusionary language prohibiting the recruitment and use of said individuals may or may not be included in future solicitations. Assuming that the geographic location of the work is limited to "inside the Beltway" are restrictions such as these insurmountable barriers to entry? If not then how would your firm perform a contract for fieldwork services without actively recruiting and proposing individuals that currently provide fieldwork services for OPM? Could it do so while also maintaining OPM's industry leading performance standards for both quality and timeliness? What impact, if any, would these restrictions have on your firm's pricing strategy and/or ability to begin performance of work upon receipt of an award? A second Government planning objective is to consider contract alternatives for fieldwork services which include the use of adjustable fixed price contracts and options for increased quantity. Specifically, it seeks to write contracts which include an initial period of performance (assume six (6) months) and an estimated quantity (assume seven hundred and fifty (750) per month or four thousand, five hundred (4,500) per individual period of performance) of elements of a given background investigation (such as subject reference, employment, residential and education interviews) which require fieldwork services. The estimated quantities would be adjustable, under stated circumstances, without a corresponding impact to per unit cost within a stated variance of +/- 20%. The Government would only pay for successfully completed elements that pass its quality review process. The contract would include unilateral Government options for additional quantities of specific line items (similar conditions as above and executed in accordance with applicable FAR clause(s)) that could increase the quantities of work and extend the contract's duration. The total estimated quantity of work could be up to twenty-two thousand, five hundred (22,500) and the entire period of performance could be up to two (2) years if all options were exercised and all estimated quantities were necessary during performance. Does your firm have experience providing fieldwork services under a contract type similar to the above? If so then please enumerate. In either scenario (experience with the above or none) does your firm perceive significant benefits or disadvantages in the proposed contract type? What challenges, if any, would you identify as risks to successful delivery considering the above? What improvements or modifications, if any, could be made to the above that would result in a more attractive contract structure to industry? What impact, if any, would the proposed contract type have on your firm's pricing strategy, interest level in developing a competitive proposal and/or ability to perform in an efficient and effective manner? If readily available what is your firm's estimated, fully loaded man-hour rate to perform in accordance with the above? A third Government planning objective is to consider contract alternatives for fieldwork services which involve performance by small business concerns. OPM is committed to its stated small business goals and is interested in continuing to develop its understanding of the small business industry's capacity and interest in delivering the above. To that end OPM actively encourages small business participation in its acquisitions. Responses to this RFI are not limited to small business concerns but if your firm is in fact an interested small business then please identify as such and include a summary of your capabilities and experience related to the above. If interested in the above would your firm likely be more successful as either a prime contractor or a subcontractor to a large business with considerable experience delivering the same or similar work? Does your small business firm have all of the necessary experience, capacity and corporate resources to successfully perform on the above while maintaining OPM's industry leading performance standards? In an attempt to minimize administrative burden the Government requests that your response to the above be limited to five (5) pages. Corporate background information and portfolios of successful efforts providing fieldwork services are excluded from said limit. You may exceed the limit at your discretion in the event that additional pages are felt necessary to respond. In the event that you choose to respond to this RFI please do so by submitting, via email, to the point of contact identified below by the due date of 01/17/2017 at 12:00pm Noon EST. At this point in its planning process the Government intends to limit its exchanges with industry to electronic communication. In the event that your firm seeks an audience with Government personnel, whether via a teleconference or in-person, please indicate as much in your response and we will do our very best to accommodate reasonable requests. The Government appreciates your consideration of the above and looks forward to receipt of timely provided response(s). Point of Contact: Rory J. Page Contract Specialist Office of Procurement Operations U.S. Office of Personnel Management Rory.Page@opm.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c90a2903466cd562b33485e85affcf7c)
- Place of Performance
- Address: Washington, District of Columbia, 20415, United States
- Zip Code: 20415
- Zip Code: 20415
- Record
- SN04362196-W 20170105/170103234410-c90a2903466cd562b33485e85affcf7c (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 |