Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2017 FBO #5711
SOURCES SOUGHT

R -- PREA Auditing Service - SOW - RFI

Notice Date
7/11/2017
 
Notice Type
Sources Sought
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-CR, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
RFI-DHS-ICE-OAQ-2017-Auditing
 
Point of Contact
KEHINDE ADESINA, Phone: 2027322383, Broderick Morris, Phone: 2027322534
 
E-Mail Address
kehinde.adesina@ice.dhs.gov, Broderick.Morris@ice.dhs.gov
(kehinde.adesina@ice.dhs.gov, Broderick.Morris@ice.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFI SOW (A) PURPOSE This Request for Information (RFI) is for market research, information, and planning purposes ONLY. This RFI does not in any way constitute a Request for Quote (RFQ) and as such, shall not be construed as a commitment by the Government (implied or otherwise) to issue a solicitation or ultimately award a contract. This announcement is specifically targeted for qualified contractors that can perform the services detailed in the DRAFT Statement of Work (SOW) dated July 10, 2017. However, responses from all interested parties are appreciated and accepted. (B) DESCRIPTION OF THE REQUIREMENT U.S. Immigration and Customs Enforcement (ICE), a component of the Department of Homeland Security (DHS), Office of Professional Responsibility requires the services of a contractor to provide professional auditing services to conduct audits of all eligible ICE immigration detention facilities, ICE holding facilities, and US Customs and Border Protection (CBP) holding facilities in order to assess facility compliance with the standards contained in the US Department of Homeland Security (DHS) PREA Rule, 6 CFR Part 115, ICEB–2012–0003; RIN 1653–AA65, Standards to Prevent, Detect, and Respond to Sexual Abuse and Assault in Confinement Facilities (March 7, 2014). Under the regulation, each immigration detention facility covered by the DHS PREA Rule must be audited at least once every three (3) years, and each holding facility housing detainees overnight must be audited within three (3) years of July 6, 2015. Holding facilities deemed by this initial audit to be "low risk" must subsequently be audited at least once every five (5) years and all other holding facilities at least once every three (3) years. ICE’s immigration detention facilities become covered by the DHS PREA Rule following any new contracts, contract renewals, or substantive contract modifications hence, the number of immigration detention facilities to be audited may increase gradually over time The Government anticipates awarding a Requirements type contract for a three (3) year period (a base year consisting of twelve (12) months, two (2) twelve (12) month option periods, and a six (6) month option period (per solicitation clause 52.217-8, Option to Extend Services)). (C) REQUESTED INFORMATION 1) Please provide your company’s name, mailing address, Cage Code, and Data Universal Numbering System (DUNS) identification number. 2) Please provide a brief technical capabilities statement to summarize your firm’s experience and ability to provide inspection/auditing services. * 3) * Please provide the primary North American Industry Classification System (NAICS) code that your firm utilizes for inspection/auditing services. 4) Please Please summarize any barriers/challenges you believe your firm would encounter in providing inspection/auditing services for ICE. 5) * Is your firm a small or large business? If small, is your firm classified under a specific socio-economic status 6) Please i identify any GSA Schedule contract or other current government-wide contract (e.g., GWAC or BPA) that your firm currently holds. 7) Has your firm had experience with the inspection/auditing services detailed in the attached DRAFT SOW in the last five (5) years? 8) Under your firm’s GSA contract, what labor categories and estimated (rough) prices would be used to provide the services/CLINS below (as detailed in the attached DRAFT SOW) ? Please provide the Estimated Unit Rate and Total Estimated Rate for each CLIN listed below. CLIN Quantity Unit Estimated Unit Rate Total Estimated Rate Long Term Detention Facility Audit Over 700 ADP 7 Each $ $ Long Term Detention Facility Audit Under 700 ADP 8 Each $ $ Holding Facility Audit 64 Each $ $ Program Manager (ICE) 1160 Hourly $ $ Program Manager (CBP) 2000 Hourly $ $ Auditor - CAP (ICE) 532 Hourly $ $ Auditor - CAP (CBP) 720 Hourly $ $ Please also provide a basis for your estimate of the proposed costs provided above. § Long Term Detention Facility Audit – Over 700 ADP § Long Term Detention Facility Audit – Under 700 ADP § Holding Facility Audit § Program Manager (ICE) § Program Manager (CBP) § Auditor – CAP (ICE) § Auditor – CAP (CBP) 9) * Does your firm have any other general feedback and/or applicable information that it would like to provide? If so, please provide the information. (D) ADDITIONAL GUIDANCE The Government will not reimburse respondents for any costs associated with information submitted in response to the RFI. Responders are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI are not offers and cannot be accepted by the Government for the basis of forming a binding contract. This RFI is being issued solely for the purpose of gathering information for planning purposes. This RFI does not commit the Government to a contract for any supply or service. Furthermore, the Government is not at this time seeking quotes and will not accept unsolicited quotes. Interested parties (specifically small businesses) are encouraged to respond to this RFI. If the scope of this RFI is too large or there are aspects to which your company does not wish to provide a response, please feel free to provide partial/limited feedback in the areas of your specific expertise. ICE hopes to receive information from all interested parties on any aspects of this RFI that could be of benefit to the Government. Respondents to this RFI may be requested to provide additional information/details based on their initial submittals. The Government reserves the right to select, one (1), some, or none of the submissions for further information. Contractors who submit information in response to this RFI do so with the understanding that U.S. Government personnel may review their materials and or data. (E) QUESTIONS Questions regarding this RFI shall be submitted in writing by e-mail to the Contract Specialist and Contracting Officer at Kehinde.Adesina@ice.dhs.gov and Broderick.Morris@ice.dhs.gov. Questions over the telephone will NOT be addressed and shall NOT contain proprietary or classified information. Questions submitted after 5:00pm (EST) on July 12, 2017 will NOT be addressed. (F) HOW TO RESPOND Your firm’s response MUST be provided no later than 5:00pm (EST) on July 17, 2017 and should be emailed to Kehinde.Adesina@ice.dhs.gov and Broderick.Morris@ice.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-CR/RFI-DHS-ICE-OAQ-2017-Auditing/listing.html)
 
Record
SN04575195-W 20170713/170711235624-36cec560132d19b9e2a1fe464a5f11db (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.