Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2011 FBO #3560
SPECIAL NOTICE

R -- Administrative Support Services to Process Freedom of Information Act (FOIA) Requests

Notice Date
8/22/2011
 
Notice Type
Special Notice
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W411R0023
 
Archive Date
8/21/2012
 
Point of Contact
Shawn M. Smith, (703) 428-4829
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(shawn.m.smith4@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS The Intelligence and Security Command (INSCOM) is conducting a market survey to determine the availability and technical capability of qualified small businesses, including small disadvantaged businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, and woman-owned small businesses capable of providing for the following requirements: 1) The contractor shall provide individuals with secret security clearance(s) to support Freedom of Information Act (FOIA) administrative support services for a base contract of one (1) year, with the possibility of four (4) option years if exercised at the Fort George Meade Army Base outside of Baltimore MD. 2) The contractor shall provide a support staff sufficient to accomplish the below objectives at a level sufficient enough to support the following levels of effort: - The FOIA/PO (Privacy Acts Office) receives requests on an average of 75 to 200 per week, - processes and sends out requests on an average of 45 to 190 per week, - receives requests on average of 350 to 500 per month, and - processes and sends out requests on average of 340 to 650 per month. 3) The contractor will access for the IRR (Investigative Records Repository) on average 1,034 records per week. The contractor will process on average 475 record requests per week for the IRR. And the contractor will scan on average 6,500 pages per week for the IRR. 4) These are the objectives referenced in bullet number 2: Contractor shall handle mail delivery and receipt for the office. Contractor shall receive and process various types of requests. Contractor shall research and input electronic and hardcopy requests into databases. Contractor shall resolve request issues as annotated modify requested data as necessary. Contractor shall open request and ensure the accuracy of data input. Contractor shall maintain proficiency with various standard and proprietary office software and database packages and tools. Contractor shall hold user level proficiency with office equipment. Contractor shall close requests and ensure the accuracy of data input. Contractor shall file and manage physical case storage and retention according to the ARIMS (Army Records Information Management System) system. Contractor shall prepare cases for final mail out into the U.S. Postal system. This request is for interested firms with the capability of providing the required administrative support personnel with appropriate clearances to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 561110 with a size standard of $7,000,000.00. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed ten (10) pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement should include a minimum of three references. A PDF copy (clear and legible) of the capability statement must be received at shawn.m.smith4@us.army.mil with the subject line stating "W911W4-11-R-0023 Response to Market Survey" by 12:00 PM EST on 31 August 2011. Responses by fax, U.S. Postal Service, or other courier services will not be accepted. Any questions must be sent via e-mail to shawn.m.smith4@us.army.mil and must include solicitation number (above) with subject line stating "Questions in Response to Sources Sought Synopsis" by 12:00 PM EST on 25 August 2011. Response to all questions received will be posted as an Amendment no later than 12:00 PM EST on 26 August 2011. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Contracting Office Address: INSCOM Acquisition Center 8825 Beulah Street Fort Belvoir, VA 22060-5246 Primary Point of Contact: Shawn M. Smith Contract Specialist shawn.m.smith4@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W411R0023/listing.html)
 
Record
SN02543555-W 20110824/110822234716-af25b808825cc92942e176d2120e3518 (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.