Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2017 FBO #5693
SOURCES SOUGHT

R -- Investigative Services Sources Sought Notice and Draft PWS - DRAFT PWS

Notice Date
6/23/2017
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
 
ZIP Code
21005-5001
 
Solicitation Number
INVESTIGATIVESERVICES
 
Archive Date
7/25/2017
 
Point of Contact
Robert F. Cunningham, , Barbara J. Simmons, Phone: 4103062742
 
E-Mail Address
robert.f.cunningham4.civ@mail.mil, barbara.j.simmons48.civ@mail.mil
(robert.f.cunningham4.civ@mail.mil, barbara.j.simmons48.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Draft PWS Investigative Services Description(s): This Sources Sought notice is for market research only. This sources sought notice neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This notice should not be construed as a commitment by the Government for any purpose. This requirement will be a competitive 8(a) solicitation. Interested parties should submit a tailored capabilities statement for this requirement not to exceed fifteen (15) pages (including any attachments) that clearly details the firm's ability to perform the aspects of the requirement described within this Sources Sought. Interested parties must articulate its qualifications and capability for NAICS code area of work, 518210. Specifically, the Government requests that capabilities statements include the following information: a) Vendor's business name, point of contact, address, Cage Code, and DUNS number. b) Indication of current certified 8(a) status; this indication should be clearly marked on the first page of the capabilities statement. c) A statement or explanation of the company's background, technical expertise, experience, staffing, and other capabilities that demonstrate the company's ability to perform the stated services and requirement by NAICS code 518210. d) A summary of the company's facility and personnel security clearance levels. This contract will require a secret clearance for all employees. e) Ability to develop and maintain an effective quality control program (QCP) to ensure services are performed in accordance with this PWS. f) Description of any relevant examples of similar performance or involvement with similar contracts or projects. Relevant examples must be comparable work performed within the past 3 years with a brief description of the project, customer name, and timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least 2 examples. g) Explanation of your team's knowledge and experience in working with: • DoD and/or Army Suitability and Security Clearance process and associated Policies, Guidance, etc. • Office of Personnel Management (OPM) NP2 Portal and Electronic Questionnaire for Investigations Processing (e-Qip) • DoD Joint Personnel Adjudication System (JPAS) h) Explanation of your team's past experience to organizations similar in size and scope of the Department of the Army. In addition, the vendor's capabilities statements should answer the following questions: Q1) From a personnel resource stance, does your company have sufficient human capital assets to properly resource a project of this size and scope? Q2) Does your company have interest as a prime or subcontractor? Q3) What elements of the PWS would your company subcontract rather than perform with your own resources? Q4) Does this Performance Work Statement (PWS) provide sufficient information for you to bid? Q4a) If not, what additional information is required? Q5) Are there any ambiguities that need clarification? Q6) Are the standards of performance clear? Q7) Are there additional standards that should be incorporated? Q8) In the Vendor's assessment, is a Time and Materials type contract the best fit for this requirement? Q8a) If not, please propose a different contract type and substantiate the reasoning. Only electronic submissions will be accepted. Electronic files larger the 5 MB shall be broken down into multiple files with no one file exceeding 5MB. Each electronic submission shall include: 1) INVESTIGATIVE SERVICES Capability Statement in the subject line. 2) If the submission includes more than one email, the file number and total files being submitted (e.g., File 1 of 4, File 2 of 4, etc.) in the subject line. 3) In the body of the email include a Point of Contact (POC), phone number, and email address of the person to be contacted regarding any correspondence between the Government and the vendor. This person should be a primary contact and capable of addressing questions or issues associated with the submission or content of the capabilities statement. 4) Include a brief summary of the email's content, the vendor's name, and mailing address. 5) The capabilities statement attachment. All capabilities statements sent in response to the Sources Sought must be submitted via e-mail to Robert.f.cunningham4.civ@mail.mil and Barbara.j.simmons48.civ@mail.mil no later than 12:00 PM EST, on Monday, July 10th, 2017. Capabilities statement receipt time will be determined by the recorded time of receipt in the email box. In the event submissions include multiple electronic files, all files must be received in the electronic mailbox by the due time and date stated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6ccb321696c7fd3c509803b34560a1c4)
 
Place of Performance
Address: Aberdeen Proving Ground, Building 3240 Raritan Ave., Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04555516-W 20170625/170623234259-6ccb321696c7fd3c509803b34560a1c4 (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.