Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2010 FBO #3025
SOLICITATION NOTICE

R -- Background "Field" Investigators

Notice Date
3/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561611 — Investigation Services
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
DJA10S000034
 
Archive Date
3/19/2015
 
Point of Contact
James M. Huff, Phone: 202-648-9117
 
E-Mail Address
james.huff@atf.gov
(james.huff@atf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation for Background Field Special Investigators Proposals are to be submitted via email to SIAdministration@atf.gov or via mail to the Personnel Security Branch, 99 New York Avenue, NE, Suite 1.E-300, Washington DC, 20226 and must contain all of the required information. All questions should be directed to the Program Office; the Personnel Security Branch. The Management Analyst and Contracting Officer's Technical Representative (COTR) can be reached at (202) 648-9260 or by sending an email to SIAdministration@atf.gov. LOCATIONS The following cities are considered high priority areas. However, all interested vendors are encouraged to apply. ** Please note: A vendor's location (for evaluation purposes) is generally considered a 50/75 miles radius from the vendor's residence. ** State Cities AL Huntsville AR Fort Smith, Little Rock AZ Flagstaff, Yuma CA Bakersfield, El Centro CT Any Part of State CO Colorado Springs FL Panama City GA Augusta Guam Guam IN Evansville, Indianapolis IA Sioux City KY Bowling Green, Owensboro, Paducah LA Shreveport MA Salem, Lawrence ME Bangor MI Marquette, Kalamazoo MS Biloxi, Jackson MO Cape Girardeau, Springfield MT Billings, NM Las Cruces OH Toledo OR Eugene SD Sioux Falls TN Nashville, Chattanooga TX Beaumont, Corpus Christi, McAllen, Abilene, Wichita Falls, Amarillo, San Angelo, El Paso WI Madison WV Charleston, Huntington WY Lander Description OPM has delegated the Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF) authority to conduct personnel security background investigations on ATF applicants, contractors, and other non-ATF personnel, as well as periodic reinvestigations on all current employees. The purpose of these investigations is to determine suitability for employment and/or eligibility to access National Security Information. Background investigations are conducted in accordance with established Executive Orders 10450 and 12968, the Privacy Act of 1974, Office of Personnel Management regulations, other relevant regulations from the Office of Management and Budget, the Department of Justice (DOJ) and ATF policies and procedures. ATF will provide these regulations to the contractor. ATF has determined that the most efficient and cost-effective method of conducting such investigations is to employ the services of contract investigators. Therefore, ATF has established a program to use trained, experienced investigators to conduct investigations. Typically, though not exclusively, the contractors are retired federal investigators who have at least three (3) years of current experience conducting personnel security background investigations. ATF utilizes the services of Blanket Purchase Agreements (BPA) to contract directly with investigators. Contractors must undergo and receive a favorably adjudicated Single Scope Background Investigation (SSBI), for a Public Trust position, to determine their suitability to access ATF information, information technology and facilities. Unless determined by the Personnel Security Branch (PSB), that a clearance is required, contractors will not be issued a security clearance. The investigation will be conducted by or under the auspices of the PSB, and be performed under such standards as the PSB may establish. The contractor is advised that this investigation may take ninety (90) days or more to complete, depending upon the complexities of the issues. If a contractor has a current SSBI with another agency, the PSB will follow reciprocity procedures for security; however, a review to determine the contractor's compliance with all ATF agency specific requirements will be conducted prior to authorizing access to ATF information, information technology systems, and/or facilities. ATF will conduct a Periodic Reinvestigation on contract investigators every five (5) years. Contractors are hereby notified that they are responsible for taking direction from ATF, PSB In House Special Investigators, or other designee(s), as authorized by the program's internal COTR. Contractors are assigned the majority of their work within their listed location (50/75 miles from residence) and up to a 200-mile radius of their residence. On occasion ATF may request contractors to accept work assignments involving travel to other regions in the United States. ATF makes work assignments on the basis of workload, volume of work determined by location, quality of work, and financial considerations as the needs of ATF dictate. Contractors are expected to be available to accept work as requested without prior notification. To request time off, a minimum of two (2) weeks' notice is required. Work assignments are required to be completed by the due date determined by ATF. Internal reviews of contractors' performance are conducted annually, although ATF may increase the frequency of reviews to every six (6) months. Each contractor, when working in the PSB, must carry themselves in a manner that reflects positively on ATF. To that end, contractors, when on duty, should present themselves in a professional manner, be neatly groomed, and appropriately attired. Complaints of inappropriate conduct or performance may be investigated, and if substantiated, may result in the BPA being terminated. Contractors must exhibit professional qualities during all periods of performance and absolute integrity is required and expected. Contractors must be polite and professional in both conduct and appearance. ATF pays contractors for investigative assignments based on the point system. The point payment rate is currently set at $43.00 per point. With the exception of the personal security interview, and PIV, ATF will pay Contractors $13.25 per page for reports they prepare using the ReportWriter software program. Contractors will be required to conduct interviews, take accurate notes of those interviews, and reduce those notes to writing in the form of a Report of Investigation (ROI). Each contractor is responsible for ensuring that all of their reports are neatly prepared, grammatically correct, free of spelling errors, correct in format and most importantly, factually accurate. Repeated inaccuracies will result in the BPA being terminated. ROIs must objectively present the facts as discovered during the investigation. With each assignment, contractors shall be tasked to complete one or more of the following investigative requirements: 1. Personal security interview; 2. Verify identity and citizenship status; 3. Verify employment through records and interviews; 4. Verify claims of residence through records and interviews; 5. Verify attendance at educational facilities through records and interviews; 6. Conduct personal interviews with references; 7. Develop and interview additional sources; 8. Conduct military record reviews; 9. Conduct law enforcement checks; 10. Verify and review public records; and/or 11. Expand the investigation as necessary. Each assignment will specify the following: 1. The work to be performed by the contractor; 2. The place(s) where the work is to be performed; 3. An assignment initiation date; 4. A due date determined by the response type (i.e. routine or priority); and 5. The number of estimated points. Assignments must be conducted and completed by the contractor directly and not re-assigned by the contractor to any other individual contractors, employees or sub-contractors. ATF will reimburse contractors for mileage when they use their personal automobile to perform assignments, ATF will reimburse contractors for mileage driven at the prevailing rate established by the General Services Administration. ATF will pay per diem and expenses for required travel when specifically authorized. Per diem rates shall correspond with Federal Travel Regulation, Title 41 CFR, Chapter 301. In compliance with ATF's invoicing procedures, contractors must submit a request for payment detailing the number of miles driven, as well as any other incidental expenses, in connection with any particular assignment. Such invoice will be subject to audit by ATF. ATF may use the services of a third party contractor to provide administrative records and financial management services. This includes processing invoices and making payments for ATF designated contracts such as those for conducting background investigations. Consequently, contractors are advised that the third party, rather than ATF, may provide actual payment for services rendered and accepted by ATF under any resulting contract. Contractors are further advised that the third party is required to make payments in the same timely manner as ATF. In order to receive assignments and to complete the required ROI, each contractor will be provided an ATF laptop computer. Once a contractor receives their BPA and credentials, they will be required to travel to the nearest ATF field office to receive and set up the laptop. Contractors will be provided detailed instructions at that time. Reimbursement for laptop pick up and any other issues or travel related to the ATF laptop will be reviewed on a case by case basis and determined by the PSB. The laptop will be fully imaged in accordance with the requirements established by the PSB and the ATF, Office of Science and Technology (OST). The laptop must only be used to process and maintain ATF information. ATF will issue the following: • Laptop (with 14' or 15' screen) • Keyboard • Mouse • Power Cord • Laptop bag • Battery (lasting 3 hours) • Token (required to log into ATF laptop) • ATF email address • User ID and password • 24/7 Helpdesk access • All necessary ATF systems Currently, ATF utilizes a software program by the name of "ReportWriter" to prepare ROIs. This program will be provided on the ATF laptop. Due to security concerns, the ATF laptop is the only computer to be utilized for submission and receipt of ATF field assignments and to correspond with the PSB. Contractors are prohibited from processing ATF information on a personal computer or other non-ATF approved system. Contractors will be required to complete Information Security Awareness Training on an annual basis. The training is provided free of charge through LearnATF and will be accessible through the ATF laptop. This annual training and any other mandatory training required hereafter, will be required to retain a BPA and training time will not be reimbursed. Effective with this solicitation and all amendments hereafter, any contractor offered a BPA will be required to have a personal printer and scanner; a monitor is not required. It is the responsibility of the contractor to purchase printers, scanners, and/or monitors. ATF and the PSB are not responsible for the purchase, maintenance or repair for these technical items and the contractors will not be reimbursed for any cost associated with them. Contractors are permitted to connect personal printers, scanners and monitors to the ATF laptop with assistance from the ATF Helpdesk. Any questions or issues that arise regarding the laptop (i.e. technical, damage) must be directed to the ATF Helpdesk or by following established guidelines as provided by the PSB. A telephone number for the helpdesk will be provided with the laptop. Computer security updates will be pushed to the laptop from OST. When contractors log into the computer via the ATF Virtual Private Network (VPN) through their existing internet connection, contractors may occasionally be given instructions to restart the computer due to critical security updates. Contractors must follow these prompts, as security updates are necessary to ensure proper security features and functionality with the laptop. Due to connectivity issues, contractors who do not have broadband internet connections, such as cable or Digital Subscriber Line (DSL), must notify the PSB prior to award. The following information must also be provided to the PSB: • Connection provided by: dial up or satellite; • Company/Vendor providing the internet service; and • Is there cell phone coverage in the area? If so, what companies provide cell service? What is the average signal strength? *Note: Wireless connection capability will not be guaranteed by ATF or the PSB. Contractors not willing to utilize the ATF laptop and take the annual Information Security Awareness training will be unable to obtain a BPA with ATF. The ATF laptop and the information it contains is the property of ATF; at the conclusion of the BPA (or when so directed by the PSB), the ATF laptop and information contained therein must be returned to ATF. Contractors must also purchase a facsimile machine (to send and receive faxes from home or home-office) and a paper shredder to destroy documents, notes, and other case related material after 90 days. Contractors are responsible for implementing changes to procedures and policies as directed by an ATF representative. These changes will be distributed via email and posted to a secure investigator website. It is the contractor's responsibility to fully read and follow written direction. Implementing changes will ensure compliance with mandates as set by ATF, the PSB, OPM and/or OMB. Contractors will be required to sign a Certification in conjunction with the ATF P 7500.1, Customer Agreement for ATF Workstation Users, agreeing to the terms and provisions set forth in ATF P 7500.1. Contractors will retain all notes and other investigative materials for 90 days after the report is submitted, at which time all paper copies will be shredded and all data files shredded in accordance with ATF security requirements. Contractors must execute, and abide by the terms of a Non-Disclosure Agreement. Contractors must also execute a Contractor Certification which declares that any submission of a Contractor's request for payment and any supplemental material, whether submitted in hard copy or electronic format, represent actual reported investigative work that was performed and conducted in compliance with the requirements of the Statement of Work. Contractors must obtain a Dun and Bradstreet (DUNS) number and have a current registration in the Central Contractor Register (CCR) for payment via electronic funds transfer. The North American Industry Classification System Code (NAICS) is 561611 for Investigation Services. The contractor must list that code in their CCR registration for ATF to consider them for this requirement. Contractors must be willing to attend periodic conferences at selected locations within the United States at their own expense. Conferences are usually limited to one (1) per year. ATF intends to issue, to multiple contractors, a BPA that will be available for placing calls/orders. A BPA may be awarded to various contractors throughout the United States depending on location and ATF workload. Proposals will be accepted beginning March 5, 2010 through March 30, 2015. All responses will be evaluated and a sufficient number of awards will be made to the most advantageous (most highly rated) contractors. ATF's objective is to provide a sufficient number of sources, geographically distributed, to ensure prompt and efficient performance of background investigations. ATF reserves the right to retain all proposal materials for any vendor that is denied based on geographic location only. As the needs of the Contract Background Investigation Program change, vendors who were previously denied based on their geographic location, may be reconsidered for an award. Due to the nature of the Federal Personnel Security program, changes in policies, procedures and guidelines are subject to change without notice. Therefore, the ATF and the PSB reserve the right to modify the Statement of Work and Points and Payment Schedule at any time. All vendors currently contracted under a BPA and any new contractors thereafter, agree to adhere to any new or updated requirements, policies and/or procedures. This solicitation is also subject to change without prior notification. Therefore, any interested vendors should ensure they are in receipt of and submitting their proposal following the current requirements and guidelines found in the most recent posting/modification/amendment. This solicitation will remain open during the established five year period; however, ATF reserves the right to amend this solicitation and include proposal submission periods to incorporate opening and closing dates. This solicitation is issued to state that any individual BPA that is awarded will be for sixty (60) months from the time of award. After which time, all current contractors with a BPA must apply through a new solicitation to be awarded a BPA for another 60 months. Contractors selected from their responses to this solicitation will be offered a BPA. A BPA is not a contract. A BPA is a simplified method of procuring quantities of supplies or services that selected contractors are in a position to furnish, and as such, eliminates the need for more complex acquisition methods. There will be no minimum or maximum guaranteed quantity. Calls/orders may be competed among all contractors at the same time, upon the discretion of the ATF COTR. ATF will reimburse contractors based on the rates as outlined in the current Statement of Work and Points and Payment Schedule. Contractors are hereby informed that if offered a BPA, the contractor is responsible for filing their own state and Federal taxes. ATF will provide a 1099-Misc tax form to qualified contractors. The ATF is not required to provide a 1099-Misc form to any vendor who is incorporated and/or does not receive at minimum of $600 during any calendar year. The following clauses are incorporated in full force: FAR Part 52.212.1 Instructions to Offeror - Commercial Items (Oct. 00) and FAR 52.212-4, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial (incorporated by reference). Each Offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; A copy of the Offeror Representations and Certifications-can be found on the web at www.arnet.gov/far. The Contractor may request a copy from SIAdministration@atf.gov. Offeror shall provide a statement proving they have read and understand the term and Conditions set forth in the FAR 52.212-4. EVALUATION AND SELECTION CRITERIA. Capability of the Vendor. ATF will consider awarding a BPA to a contractor, as needed, based on past performance and experience, the contractor's acceptability (the acceptance of ATF terms and conditions including the point payment rate), and location needs. All contractors must submit complete responses, must be able to obtain a favorably adjudicated SSBI, and must be willing and able to obtain a Dun and Bradstreet number and register with the Central Contractor Registration, and sign the certification attached to ATF P 7500.1. These are mandatory requirements and any offeror will be eliminated that fails to comply with them. Contractors will be initially screened by location and then on a pass/fail basis for acceptability. An interview may also be required. A maximum of 100 points can be awarded and at least 36 points must come from Demonstrated Experience/Qualifications/Past Performance and 30 points must come from Capabilities. Contractors rated as "passed" will be awarded points for past performance and experience. Contractors that meet the mandatory requirements and receive the highest scores will be considered for issuance of a BPA. a. Experience/Qualifications/Past Performance (55 Points maximum): Experience is the opportunity to learn by doing. A minimum of three (3) years combined experience as either a personnel security specialist or an investigator conducting personnel security background investigations is recommended. ATF will evaluate each contractor's experience on the basis of its breath, depth, and relevance to the work that will be required under the prospective BPA. Evaluators will consider the years of experience conducting investigations in the federal environment and experience conducting personnel security investigations (including overseas experience). ATF may assess the contractor's communication and written skills, and familiarity with directives governing the conduct of background investigations through an interview. Past performance is a measure of how well a contractor satisfied its customers in the past and complied with laws and regulations. ATF may contact some of the contractor's customers to ask whether or not they believe (1) that the contractor was capable, efficient, and effective; (2) that the contractor's performance conformed to the terms and conditions of its contract; (3) that the contractor was reasonable and cooperative during the performance; and (4) that the contractor was committed to customer satisfaction. In evaluating past performance, ATF may contact some of the references provided by the contractor and other sources of information, including, but not limited to: other government agencies, better business bureaus, published media, and electronic databases. (36 points minimum). b. Capabilities (45 Points): Capabilities is a method of evaluation to ensure the contractor appears to be capable of adhering to the general specifications of ATF's Contract Background Investigation Program; ability to utilize ATF owned laptop and other required equipment/programs. Capability criteria includes, but is not limited to: (1) ability to obtain a favorable SSBI; (2) willingness to sign and adhere with, ATF P 7500.1 and take the annual Information Security Awareness training; (3) computer proficiency; and (4) willingness to accept work as requested. (30 points minimum). c. Acceptability. ATF will determine the acceptability of each contractor offer on a "pass" or "fail" basis. A contractor's offer is acceptable when it manifests the contractor's assent, without exception, to the terms and conditions of the solicitation, including attachments and amendments (if any). If a contractor takes exception to any of the terms and conditions of the scope of work, ATF will consider its offer to be unacceptable. Contractors wishing to take exception to the terms and conditions stated are strongly encouraged to contact the Contracting Officer before doing so. Contractors with recent ATF experience will be evaluated on the performance they provided to ATF. ATF will consider performance that contractors have previously rendered to ATF to be more influential than past performance rendered to another source. All requests for a full copy of the Statement of Work and/or Investigative Requirements and Points and Payment Schedule should be submitted via email to SIAdministration@atf.gov. All questions should be directed to the Program Office; the Personnel Security Branch. The Management Analyst and COTR can be reached at (202) 648-9260 or by sending an email to SIAdministration@atf.gov. Proposal Requirements Anyone wishing to respond to this solicitation should: 1) submit a current professional resume; 2) submit responses to the below listed questions; 3) include a completed copy of the FAR 52.212-3; and 4) provide a statement proving they have read and fully understands all the terms and conditions set forth in the FAR 52.212-4. Anyone wishing to request a copy of FAR 52.212-3 and/or FAR 52.212-4 must submit a written request via email to SIAdministration@atf.gov. Resumes should highlight the vendor's experience and capabilities in performing background investigations. Please provide examples of your qualifications and how those duties relate to the vendor's past and/or current performance. These examples will be used in evaluating the vendor's Qualifications and Past Performance. Only written requests received directly from the requestor are acceptable, i.e., each individual vendor (person) must submit their own proposal. Offerors will be notified of their proposal evaluation results in writing. Notifications will be made within 120 days of receipt of proposal. (No phone calls will be accepted). Please provide individual responses to the following: The following six (6) questions/requirements are evaluated on a Pass/Fail basis. Failure to respond will result in an automatic failed evaluation. 1) Do you believe you are able to obtain and maintain a favorably adjudicated Single Scope Background Investigation (SSBI)? (Y/N) 2) Are you willing to obtain and Dun and Bradstreet number and register with the Central Contractors registration)? (Y/N) 3) Are you willing to sign and abide by the rules set forth in ATF P 7500.1 - ATF Rules of Behavior and Customer Agreement for ATF Workstation Users? (Y/N) 4) Are you willing to complete ATF's annual Information Systems Security Awareness Training? (Y/N) 5) Are you willing to sign and adhere to the terms and conditions of the Non-Disclosure Agreement? (Y/N) 6) Are you willing to utilize, prepare and submit Reports of Investigation using the ATF-Owned laptop and ReportWriter program? (Y/N) For the following eight (8) questions please respond in no more than 2-3 sentences. 1) Explain your ability to be available to accept work as requested. 2) Are you willing to accept that ATF may use a third party to pay contractors? 3) Are you able to accept assignments with travel up to and beyond a 200 mile radius? 4) General computer capabilities a. What is your level of computer experience? b. Have you ever taken any computer-related courses? c. With which computer related programs are you familiar? d. How would you rate your overall computer skill level? e. Do you have experience with report writing programs? 5) Microsoft Windows knowledge a. Are you experienced with Microsoft Windows? b. Do you know how to create folders, save and rename files and use spelling/grammar check? c. Can you navigate, create and edit/modify Microsoft Word and Excel documents? 6) Do you have experience preparing electronic documents (i.e. invoices and/or request for payment) for services rendered? 7) Internet Service a. What type of internet connection do you have (Broadband Cable/DSL, dial-up, satellite)? b. Who is your internet service provider? c. If you have dial-up or satellite is Broadband Cable or DSL available in your area? d. If you have dial-up or satellite, what type of cellular service and providers are in your location? 8) Do you own: a. A personal automobile? b. Printer c. Scanner d. Facsimile machine? e. Paper shredder? f. If no to any of the above, are you willing to purchase? For the following seven (7) questions please respond in no more than 3-5 sentences. 1) What do you feel is the purpose of conducting background investigations in today's society? 2) Are you familiar with or knowledgeable of the President's effort to reform the Federal personnel security program? If so, identify reform efforts. 3) Do you have three (3) years of investigative experience either as a Personnel Security Specialist or investigator conducting personnel security background investigations or administering a personnel security program? If "yes," please explain. If your answer is "no," please provide any investigative/security experience or knowledge of government procedures that would support your ability to assist in administering a personnel security program. 4) Have you ever attended training for Federal background investigations and/or suitability and adjudication training? If so, please provide brief details of the training. 5) List and describe at least four (4) investigative requirements for a general background investigation. 6) Are you able to read and implement written directions pertaining to changes in policies and procedures? 7) How often would you be available to attend periodic conferences? To what expense? (Travel and lodging would not be provided by ATF). Proposals are to be submitted via email to SIAdministration@atf.gov or via mail to the Personnel Security Branch 99 New York Ave, NE, Suite 1.E-300, Washington, DC 20226 and must contain all of the required information. Point of Contact: Management Analyst, Personnel Security Branch, (202) 648-9260.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA10S000034/listing.html)
 
Place of Performance
Address: 99 New York Avenue NE, Washington, District of Columbia, 20226, United States
Zip Code: 20226
 
Record
SN02084341-W 20100307/100305235423-5a07703c9c5383190aba42701c09b0fb (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.