SOLICITATION NOTICE
R -- Forensic Support Services
- Notice Date
- 6/6/2012
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- 12-P-0701122412
- Archive Date
- 6/30/2012
- Point of Contact
- Lynda M. Theisen, Fax: 703-632-8480
- E-Mail Address
-
Lynda.Theisen@ic.fbi.gov
(Lynda.Theisen@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Bureau of Investigation intends to issue solicitation 12-P-0701122412 to establish a single-award Indefinite Delivery/Indefinite Quantity contract for Forensic Support Services. The contractor shall furnish all supervision, labor, facilities, supplies, and materials necessary to perform work associated with individual task orders. Contract period will be for a base period of one year and 4 (four) 1-year option periods. Total contract period, to include all options, shall not exceed five calendar years. The contract awarded in response to this requirement will support, at a minimum, three sections of the Laboratory (not to the exclusion of other FBI Sections). The four sections are: 1) Terrorist Explosive Device Analytical Center (TEDAC), 2) Scientific Analysis Section (SAS), 3) Operational Response Section (ORS), 4) Forensic Science Support Section (FSSS). The forensic operations services to be provided under the contract shall fall within four organizational entities listed above with the vast majority in the support of TEDAC Forensic Operations Unit. Unlike other FBI Laboratory forensic units, which focus on one forensic or scientific discipline, the TEDAC Forensic Operations Unit is a multi-discipline unit that encompasses evidence control, biometrics, and scientific analysis components. Support provided to ongoing investigations and operations requires highly motivated individuals committed to providing high quality analysis. The Functional Areas to be covered under the IDIQ contract include the following: 1. Program Management - Provide overall program management support. 2. Render Safe - Provide services to assist in the render safe and disposal of improvised explosive devices and explosives ordinance. 3. Evidence Inventory, Control and Management - Provide services to: properly inventory, assess, process, and maintain the chain of custody of all evidence and forensic materials submitted by contributors; route evidence and forensic materials to examining units and others; and manage the storage of evidence. 4. Examination of Evidence - examine and analyze evidence in one or more forensic disciplines, such as trace, tool mark, nuclear and mitochondrial DNA, and explosives chemistry, and prepare written documentation and reports. 5. Quality Assurance - Follow and adhere to established FBI Laboratory Quality Assurance standards and protocols. As necessary, establish and maintain a quality assurance program to ensure that all tasks are completed in accordance with the contract. In addition Contractor may be called upon to write Quality Assurance standards, Standard Operating Procedures (SOP) and training manuals. Award will be made to the offeror who submits a proposal that is found to be the best value to the Government as defined in FAR Part 15. This RFP will be issued in electronic format only and will be available on or about June 15, 2012 on the Federal Business Opportunities (FedBizOps) websites. Accordingly, telephoned, mailed, e-mailed or faxed requests for the RFP will not be honored. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through the Federal Business Opportunities website. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information regarding this acquisition. The Government will not reimburse interested parties for any costs associated with responding to this solicitation. To be eligible for award, a firm must be registered in the Central Contract tor Registration (CCR) database. Register via the CCR internet site at http://www.ccr.gov. Questions may be submitted to Ms. Lynda M. Theisen at Lynda.Theisen@ic.fbi.gov or by fax at 703-632-8480.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/12-P-0701122412/listing.html)
- Record
- SN02767180-W 20120608/120606235001-b7f2b26c89f3dc088ea41269cc062315 (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 |