Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2024 SAM #8173
SOLICITATION NOTICE

R -- Cryptocurrency Managed Services, Class 2 - 4

Notice Date
4/11/2024 3:51:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
523160 —
 
Contracting Office
U.S. DEPT OF JUSTICE, USMS LANDOVER MD 20785 USA
 
ZIP Code
20785
 
Solicitation Number
15M50024QA4400003
 
Response Due
5/22/2024 11:00:00 AM
 
Archive Date
06/06/2024
 
Point of Contact
Eliana York, Phone: 703-307-6083, Christopher Benca, Phone: 703-740-3961
 
E-Mail Address
eliana.york@usdoj.gov, Christopher.Benca@usdoj.gov
(eliana.york@usdoj.gov, Christopher.Benca@usdoj.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 002 - the purpose of this amendment is to execute the following: 1. Add revised Attachment #3 Instructions to Offerors Rev 20240411 with updated� timeline for the Questions/Answers, Phase 1 and Phase 2 submittals. The revised timeline is as follows: Offerors to submit additional questions NLT 11:00AM EST 4/15/2024 Government to provide Q&A file NLT COB 4/17/2024 Government to post schedule and times for Oral Presentations� NLT COB 4/17/2024 Offerors to request time slot for Oral Presentation NLT 12:00PM EST 4/19/2024 Offerors to submit Power Point document for Oral Presentations NLT 12:00PM EST 5/3/2024 Government to hold Oral Presentations starting Monday 5/6/2024 Government to provide Downselect communication for Phase 2 NLT COB 5/14/2024 Selected offerors to submit final Phase 2 proposal NLT 2:00PM EST 5/22/2024� 2. Add updated Attachment #3 Instructions to Offerors Revised 20240411 - Offerors to submit SOC 2 Type 2 audit as part of the proposal (if offeror has already conducted a SOC 2 Type 2 audit).� 3. Add the following as clarification to the scope:�Per PWS section 1.3 Objective, this contract will assist the USMS in managing and disposing of cryptocurrency assets known as Class 2-4 cryptocurrencies. These assets are less popular and typically require the use of software and/or hardware wallets. Per PWS section 2.1 Custody, the Contractor shall remain capable of taking custody, and managing, all types and quantities of cryptocurrency, described as Class 2-4 without limitation, throughout the performance of this contract. Most cryptocurrency exchanges are unable to support the full lifecycle (custody - disposal) of assets in these class categories. As such, the Contractor is expected to use a variety of custodial methods including: cold storage with exchanges, cold storage with hardware wallets, cold storage with software wallets, etc.).� 4. Replace Attachment #7 Pricing Schedule in its entirety.� 5. Add Attachment #8 RFP Questions and Answers 20240411. ************************************************************************************************************************************ Amendment 001 - the purpose of this amendment is to execute the following: 1. Update the Federal Organization�for the Agency identifier to 15M500 - USMS, AFD and replace the incorrect 15M061 for USMS S/OH. 2. Update the alternate Point of Contact (PoC) from Christopher Ottie to Christopher Benca/ christopher.benca@usdoj.gov 3. Replace Attachment #6 Performance Work Statement (PWS) with a revised version. The revised version corrects Section 1.4.1 designation of set-aside from Service-Disabled Veteran Owned Small Business (SDVOSB) to Small Business (SB).� Cryptocurrency Managed Services, Class 2 - 4 � PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This Solicitation is issued as a Request for Proposal (RFP) for Cryptocurrency Managed Services for Classes 2 thru 4, and the solicitation number is 15M50024QA4400003. The U.S. Marshals Service (USMS) department of Justice (DOJ), on behalf of the Asset Forfeiture Division (AFD) has a requirement for managing and disposing of large quantities of popular cryptocurrency assets, to include Classes 2 thru 4 cryptocurrencies. This will require the use of multiple, industry leading, storage and liquidation techniques employed in a manner that is professional, lawful, and consistent with Department and USMS policy. This contract will also streamline custody, management, and disposal processes for cryptocurrency assets while allowing for the diversification of the type of cryptocurrency assets that can be managed and disposed of under the Government�s forfeiture programs. The Acquisition Strategy is approved for a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicle, 100% Small Business set-aside under the North American Industry Classification System (NAICS) Code is 523160 Virtual Currency (Cryptocurrency) Dealing. The Product Service Code is:� R499. The IDIQ will have an Ordering Period of 5 years and will contain 52.217-8 Extension of Services which, if exercised, can add up to an additional 6 month of performance at the ordering level. The Government will select and award to one offeror whose proposal offers the �best value� to the Government, using the trade-off method. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-02 effective 22 December 2023, and the Department of Justice Regulations (DJAR). The complete text of any of the clauses and provisions may be accessed in full text at FAR.gov. Complete instructions for submitting a response to this solicitation and applicable provisions and clauses are found in the solicitation and Attachment 2. All offerors are advised to pay careful attention to the proposal submission instructions as there are very specific instructions for what is mandatory audit requirement capability. Please refer to the attached RFP and all attachments for a complete set of requirements and instructions. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at eliana.york@usdoj.gov ,� christopher.ottie@usdoj.gov and AFP.PROCUREMENT@usdoj.gov.� No questions will be answered after 4/10/2024. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d471fb391fa744e4be26ae9259347e75/view)
 
Place of Performance
Address: Arlington, VA 22202, USA
Zip Code: 22202
Country: USA
 
Record
SN07027289-F 20240413/240411230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.