Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
MODIFICATION

D -- Pre-Solicitation Notice - Bureau of Consular Affairs Global Support Strategy (GSS) Program - Amendment 1

Notice Date
7/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA09R0277-PS
 
Point of Contact
Michael J. Mickaliger, Phone: 703-875-6937, Reaver T. Clements, Phone: 7038755077
 
E-Mail Address
mickaligermj@state.gov, clementsrl@state.gov
(mickaligermj@state.gov, clementsrl@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Posting of the solicitation will be delayed. THIS NOTICE IS PROVIDED FOR PLANNING AND INFORMATION PURPOSES ONLY. ALL GLOBAL SUPPORT STRATEGY PROGRAM WORK WILL BE PERFORMED OUTSIDE THE CONTINENTAL UNITED STATES. The Department of State, Bureau of Consular Affairs, has a requirement for a contract to support its Global Support Strategy (GSS). The GSS contract will provide support services for nonimmigrant and immigrant visa operations at United States consulates and embassies abroad, including but not limited to public inquiry services, appointment services, fee collection services, biometric enrollment services, document delivery services and data collection services. The GSS service provider(s) will perform non-inherently government activities associated with consular services and provide data collection and delivery to the United States Government. The following objectives and future task order activities will need to be fulfilled during contract performance: Objective 1 – Provide business process support services for visa-related operations at U.S. embassies and consulates abroad under a performance-based arrangement, which will effectively and efficiently facilitate processing of visa applicants in accordance with existing procedures and business requirements. Anticipated services include, but are not limited to, the following activities: a.Establishing methods and constructs appropriate for the population served by a given post, country, and/or region to provide visa applicants with accurate, up-to-date information regarding the application process, including visa categories, visa fees, and local application procedures. b.Translating and maintaining visa application instructions in language(s) appropriate for the post, country, and/or region being served. c.Establishing methods and constructs appropriate for the population served by a given post, country, and/or region to provide visa applicants with the ability to schedule appointments for visa applications at their local U.S. embassy or consulate. d.Coordinating with local U.S. embassies and consulates regarding alternative schemes for scheduling applicant interviews (e.g., grouping by visa category, etc.) and providing applicant appointment information to posts in a timely manner. e.Establishing methods and constructs to collect visa fees from applicants and subsequently deposit these funds into a Government account. f.Establishing methods and constructs appropriate for the population served by a given post, country, and/or region to provide visa applicants with the ability to submit required documentation and receive their issued travel documents at distributed points of service outside of their local U.S. embassy or consulate. g.Coordinating with local U.S. embassy or consulate staff to facilitate effective and efficient queuing of applicants. h.Coordinating with local guard services and mission security staff to screen applicants and facilitate their entry into and movement through U.S. embassy or consulate facilities. Objective 2 – Provide local, standalone facilities to offer a range of visa support services that either require and/or would benefit from the personal appearance of the applicant. In addition to potentially providing any or all of the services above, anticipated services include, but are not limited to, the following activities: a.Capturing applicant photographs and biometrics, and facilitating secure transmission of captured data to the Government. b.Providing visa applicants with the ability to schedule appointments at a standalone facility. c.Performing quality assurance on data collected from visa applicants. d.Capturing in electronic format the documentation provided by a visa applicant in support of a visa application, and providing that data to the Government. e.Delivering the physical documentation provided by a visa applicant to their local U.S. embassy or consulate in advance of the applicant’s interview. f.Providing visa applicants with the ability to receive their issued travel documents at standalone facilities. g.Maintaining a clean, professional, secure, and comfortable environment within each facility and an outward appearance that does not detract from the image of the United States Government. Objective 3 – Provide skilled oversight and management of worldwide operations for all contract visa support services. Anticipated services include, but are not limited to, the following activities: a.Implementing a comprehensive program management approach and methodology that is flexible and adaptable to allow for implementing GSS programs in different regions around the world. b.Providing service and performance related data to the Government to allow monitoring, oversight and performance measurement of support services and where applicable, performing initial analysis (e.g., linking data by applicant) in accordance with Department management information requirements and constraints. c.Providing the ability to transition services to/from another provider efficiently and with little or no impact to ongoing operations. d.Providing a single point of contact who oversees contract visa support operations for a particular region and maintaining on-site management personnel in all locations providing visa support services. e.Implementing a comprehensive human resource management approach and methodology for hiring and training personnel involved in providing or supporting services under the GSS program. f.Ensuring that all personnel involved in providing or supporting services under the GSS program meet vetting requirements established by the United States Government. g.Implementing appropriate controls to prevent and detect cases of employee fraud or malfeasance and notification of appropriate embassy/consulate security personnel to determine required actions. h.Implementing a comprehensive quality control approach and methodology for all operational and customer-focused services being provided, including a robust customer satisfaction assessment program. i.Conducting continuous improvement activities to realize improved service delivery capabilities and performance. j.Implementing appropriate security controls to protect employees, information, and physical assets (e.g., facilities, computers, etc.). k.Obtaining and maintaining all local licenses, permits, certifications, and other documentation to operate in foreign environments. Objective 4 – Provide customers with a positive experience by treating them professionally, efficiently, and with courtesy at all times. Anticipated services include, but are not limited to, the following activities: a.Providing visa support services (including standalone facility operation) at various times and using various methods to increase services’ ease of use and accessibility. b.Providing access alternatives to applicants who possess physical handicaps. c.Providing applicants with the ability to check on the status of their issued travel documents. d.Providing a dedicated service support function to log and report on customer complaints and suggestions. The pre-solicitation notice is not a Request for Proposal (RFP), but merely informational, as a solicitation for this procurement will be posted on or about August 10, 2009. The proposed solicitation number is SAQMMA09R0277. THIS ACQUISITION WILL BE AN UNRESTRICTED ACQUISITION. The NAICS code for this requirement is 541513 with a size standard of $25.0 million. The Government is contemplating a Firm Fixed Price (FFP) Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with multiple awards based on best value to the Department of State. The Department contemplates the contract period will be for a base one-year period with nine (9) one-year option periods. Performance-based task orders will be competed amongst the IDIQ awardees. The estimated ceiling of the GSS Contract is between $2.5B and $3.0B. A Department of Defense (DoD) Secret facility security clearance (FCL) issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M is required prior to contract award for the GSS prime contractor, including all entities which comprise a joint venture, and the joint venture itself. Central Contractor Registration (CCR) is required to receive any award. All contractors are required to be registered in the Central Contractor Registration (CCR) database. If your company is not registered in the CCR, you may register electronically at http://www.ccr.gov. Online Representations and Certifications Application (ORCA) is also required and Contractors can register at https://orca.bpn.gov. Potential bidders MUST register at FedBizOpps (www.fedbizopps.gov) in order to receive notifications and/or changes to the solicitation. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. The solicitation will be evaluated in accordance with the criteria described in the solicitation. Award will be made to those responsible Offeror(s) whose proposal conforms to all solicitation terms and conditions and whose proposal is determined to represent the overall best value to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA09R0277-PS/listing.html)
 
Record
SN01879615-W 20090719/090718000700-fb9b42771e487e59109dfa29a3952e9e (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.