Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2009 FBO #2796
SOLICITATION NOTICE

B -- Personal Security Assessment

Notice Date
7/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, District of Columbia, 20227
 
ZIP Code
20227
 
Solicitation Number
DM090032
 
Archive Date
9/5/2009
 
Point of Contact
Frederick Steward, Phone: 2028742021, Evelyn J Daval, Phone: (202)874-3870
 
E-Mail Address
Frederick.Steward@fms.treas.gov, evelyn.daval@fms.treas.gov
(Frederick.Steward@fms.treas.gov, evelyn.daval@fms.treas.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DM090032 is being issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, dated July 15, 2009. The North American Industry Classification System, (NAICS) code is 541690. The Department of the Treasury, 401 14th Street, SW, Washington, DC, 20227, intends to award a purchase order utilizing simplified acquisition procedures and provision and clauses for Security Consulting Services to develop a list of existing threats and future potential personal security risks, based on the type of work that Debt Management Services (DMS) employees perform, which collects funds/payments for debt owed to the government. The threat list is to include those that may occur in the future caused by probable circumstances, such as an economic instability, increased homelessness, unemployment and increased hostility toward the federal government. a) Prioritize the list of threats/risks in terms of which ones are most likely to occur. b) Determine what impact these threats/risks may have on the DMS mission. c) Identify what security measures are already in place to mitigate these threats/risks. d) Once identified, determine the credibility of threats/risks and the planned mitigation. • Provide cost effective, justifiable and logical recommendations to remedy identified vulnerabilities using a framework to include: a) Identification / Analysis of threat b) Identify Vulnerabilities c) Risk Assessment Analysis d) Proposed solutions to mitigate risk e) Projected cost associated with each recommendation to correct vulnerability -Analyze all existing personal security procedures, benchmark and identify any gaps or overlaps and develop metrics to manage efficiency and / or effectiveness of implemented efforts. -Develop a strategic plan to improve personal security based on the mission of DMS. The primary deliverables shall be providing a stand alone document listing all existing threats and any future personal security analysis that identifies potential threats, risks analysis and recommendations for mitigation of such risks based on the government's acceptance and or approval. The government shall be the sole determiner of contractor performance and continued work effort by the contractor. The contractor will be required to participate in a Kick-Off Meeting within 5 business days after contract award. Thereafter, bi-weekly status meeting will be conducted with the COTR via teleconference. During the meeting the contractor will give the COTR an update on progress with the contract, also any issues which may arise. The contractor will also provide a comprehensive report that covers all task outlined in the scope of work. In addition, the report needs to include all recommendations for corrective actions in order of priority and estimates for time and cost for implementation. The Government reserves the right to accept or reject part or all of the recommendations provided by the contractor. The Government shall have ten (10) working days to complete the review of the deliverables to include all assessments, recommendations and associated documentation developed by the contractor during the contract. FMS will provide any comments to the Contractor for technical direction, and if any changes are needed, the Contractor shall have three (3) working days to take corrective action, and return the product to FMS. The Contractor shall include FMS input into the final products to be delivered and conduct a Close-Out Meeting with the FMS business owners and COTR within 5 business days after the final product is delivered to FMS. The government exclusively owns all products, including code and documentation, provided under this contract. All deliverables shall be submitted to the COTR using MS Office format for comment in draft form. Draft will include an executive summary. Contractor will ensure all documentation electronic and hard copy will be marked on every page with the appropriate classification (Sensitive But Unclassified). This draft submission for comment shall consist of: (3) Three hard copies (1) One electronic copy. (CD format) With the designation of (DRAFT) All final documentation shall be submitted by the contractor as identified: (3) Three hard copies (1) One electronic copy. (CD format) With the designation of (FINAL) The period of performance for this task is not anticipated to exceed 120 days from award of the contract. The core work hours for DMS are (7:30 a.m. to 4:00 p.m.), Monday through Friday, to exclude any federal holidays which may fall within the 120 day time frame, unless approved by the COTR in advance. In addition, the COTR must approve any modified work hours to match the needs of the project or specific government employee Contractor personnel shall obtain appropriate background investigation and receive training in FMS IT Security and the FMS-IRS Non-disclosure agreement. Since this process is estimated to require 21 to 30 calendar days, the designated contractor team shall begin security processing immediately upon contract award. In addition to Section 3.1 above, contractors will be required to sign a nondisclosure statement and submit to additional security requirements such as the completion of a security questionnaire and finger printing. Refusal or failure of the contractor to comply with any FMS requirements will be grounds for immediate termination of the contract. Personal Identity Verification of Contractor Personnel (as of October 27, 2005) (a) The Contractor shall comply with Treasury and Bureau personal identity verification procedures that implement HSPD-12, OMB guidance memorandum M-05-24 and FIPS Pub 201. (b) The Contractor shall insert this provision in all subcontracts when the subcontractor is required to have physical access to a federally controlled facility or access to the federal information system. At the discretion of the Government, a security identification badge may be supplied to the contractor upon successful completion of all security requirements. Security badge(s) will be returned to the COTR after completion of the contract. On-site work space may be provided while working on site at the DMS facilities. The contractor shall be required to design, develop, operate or maintain a system of records on individuals or businesses to accomplish an FMS required function which is subject to the Privacy Act of 1974 (5 U.S.C. § 552a)(hereinafter, "the Act") and applicable Treasury Department regulations. Violations of the Act may involve the imposition of criminal penalties. Any information subject to the Act made available to the contractor (or any subcontractor performing services to the contractor) shall only be used for the purpose of carrying out the terms of this contract and shall not otherwise be divulged or made known in any manner to any person except as may be required by law. It is incumbent upon the contractor to inform its officers and employees (and any subcontractor officers and employees) to whom information is or may be disclosed of the penalties imposed under the Act for improper disclosure of information. For example, 5 U.S.C. § 552a(i)(1), which is made applicable to the contractor by 5 U.S.C. § 552a(m), provides that any officer or employee of the contractor who, by his /her employment or official position, has possession of, or access to, agency records, the disclosure of which is prohibited by the Act or regulations established there under, and who knowing that disclosure of the specific material is so prohibited, willfully discloses the material in any manner to any person or agency not entitled to receive it, shall be guilty of a misdemeanor and fined not more that $5,000. The contractor shall make available for training all assigned officers and employees (and any subcontractor officers and employees) of the duties and responsibilities imposed on them and the rights conferred on individuals by the Act and Treasury Department regulations. The contractor shall not assign any individual to perform work under this contract by which they may gain access to any information subject to the Act until that individual has received this training. The contractor shall ensure that information concerning the Act's requirements is posted in appropriate places (including computer systems/databases) to continually remind employees and subcontractor employees of their responsibilities under the Act. Any issues concerning the Act identified by the contractor will immediately be brought to the attention of the contracting officer or the COTR. 52.212-2 Evaluation--Commercial - The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical capability: must have a working knowledge of various risk assessment methodologies. Knowledge of personal security counter measures and solutions to the risk associated with this discipline. 2) Past performance; the assessment team members must each have a minimum of 5 years of experience conducting comprehensive personal security reviews to include but not limited to physical access control, document security, telephonic threats, and proper mail screening procedures, security for public events and liaising with local law enforcement authorities. Must have a working knowledge of providing definitive high risk personal protection, must provide past performance history of conducting similar personal security projects. 3) Price. The following FAR Clause(s) apply to this acquisition, and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items: Offerors are required to submit a completed set, with their offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (no addenda apply) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items Travel will be required and will be reimbursed by the government. Travel by the Contractor shall be approved by the COTR and reimbursed at the Government rate for airfare, lodging, and per diem for the applicable local and long distance travel. Federal Travel Regulations (FTR); and meal, lodging, and incidental expenses do not exceed the daily minimum per diem rates in effect for the area at the time of travel as set forth in the FTR. http://www.policyworks.gov. For non- local travel the Contractor must also obtain COTR prior approval for travel; and the best available economy air fare rates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/FMS/AMD/DM090032/listing.html)
 
Place of Performance
Address: The work under this task shall be performed at the Contractor’s office(s) and at Debt Management Services support facilities to include; Birmingham, AL, Austin, TX, Washington, D.C., and Emeryville, CA., United States
 
Record
SN01882392-W 20090723/090722001025-7821cd516fbf3c4a429120cc7c0a1fcd (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.