Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2016 FBO #5193
SOURCES SOUGHT

R -- Records Management

Notice Date
2/9/2016
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Justice, Office of Justice Programs, OJP/Acquisition Management Division, 810 Seventh Street NW, Washington, District of Columbia, 20531
 
ZIP Code
20531
 
Solicitation Number
DJO-OA-16-F-0034
 
Archive Date
3/2/2016
 
Point of Contact
Taye M. Tebo, Phone: 2025148633, Joy Garrett-Bey, Phone: 202-532-0120
 
E-Mail Address
Taye.Tebo@usdoj.gov, Joy.Garrett-Bey@usdoj.gov
(Taye.Tebo@usdoj.gov, Joy.Garrett-Bey@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS (OJP) RECORDS MANAGEMENT This Sources Sought Notice is being released pursuant to the Federal Acquisition Regulations (FAR) Part 10 Market Research. The information collected through this process is determined to be market research as described by FAR 2.101 and in accordance with FAR 10.002. This is NOT a Request for Quotes (RFQ), and nothing shall be construed herein or through the Sources Sought process to commit or obligate the Government to further action. In addition, vendors responding to this notice shall bear all risks and expenses of any resources used to provide the requested information. The submission of capability information in response to this market survey is purely voluntary. Background The Department of Justice (DOJ), the Office of Justice Programs (OJP) is issuing this Sources Sought Notice to identify qualified and responsible small business vendors (e.g., 8(a); Service-Disabled Veteran Owned Small Business; Historically Underutilized Business Zone (HUBZone) Small Business; Small Disadvantaged Business; Veteran-Owned Small Business, Women-Owned Small Business and Economically Disadvantaged Women-Owned Small Business) having an interest in and possess the resources to support this initiative of the Office of Justice Programs (OJP), Office of Administration (OA), Business Resources Division (BRD) in its continuing effort to support an executive wide directive to reform Records Management across the Federal Government, in Agreement With (IAW) with a Presidential Memorandum signed on November 28, 2011. This Directive requires that to the fullest extent possible, agencies eliminate paper and use electronic recordkeeping. It is applicable to all executive agencies and to all records, without regard to security classification or any other restriction. By 2019, Federal agencies will manage all permanent electronic records in an electronic format. The Government intends to issue a Time & Materials contract for these services. The applicable North American Industry Classification System (NAICS) code assigned to these proposed services is 541611. OJP is a leader in providing grants to assist state, local, and tribal stakeholders in building capacity to meet their public safety needs. A successful program of Records Management enables OJP to assess the impact of programs and monitor the stewardship of funds. Specification The purpose of this requirement is to procure the services of a Records Management Specialist. The work to be performed under this requirement is in support of the Office of Justice Programs (OJP), Office of Administration (OA), Business Resources Division. The Government's expectation under the requirement is for the contractor to provide on a daily basis, expert and current Federal Records Management knowledge and reform requirements for the purpose of performing tasks, articulating requirements, and educating staff/customers in response to those requirements. The organization's goal is to accurately and properly manage and maintain its business information effectively, to implement record scheduling and record-keeping requirements for both hard copy and electronic records, and efficiently dispose, transfer, and retrieve records accordingly. While the awarded contractor shall perform organizationally in the Business Resources Division (BRD), the recipients of the services include more than 15 OJP offices, which will be looking to the OA BRD for guidance. Records Management Support Services encompass, but are not limited to: creating and maintaining organization business information, e.g. record-keeping requirements, procedures for managing business information, establishment of file plans, filing and storage, to include vital records; electronic and other special media; policies and procedures for managing electronic and word processing documents; records scheduling and implementation, e.g. inventory of records (paper, electronic, etc.); retention; disposition as it relates to organization business needs, Government accountability, archival values, and legal parameters; utilization of General Records Schedule and establishment of organization-specific schedules; temporary vs. permanent records; preparation/use of all associated forms; records management and program development; e.g. training, transfer of records to off-site storage{Federal Records Center}; preparation/use of associated forms, transfer of permanent records to the National Archives; planning, coordination and execution of digitization and taxonomy efforts within the Records Management effort; requirements and procedures for records schedule updates; management of Federal records, both hard copy and electronic, at all life cycles, e.g., basic records operations, execution of all phases of records management, establishment, organization, and maintenance, to include preparation of files (indexing, scanning, or labeling), storage, and retrieval Staffing The Contractor shall provide competent, knowledgeable, professional, non-governmental personnel to manage and perform each of the tasks necessary to generate accurate, complete, consistent and reliable records management services. Staff will include well educated and highly experienced individuals. Respondents to this RFI shall provide the following information a) Vendor background summary including, contractor name, address, DUNS, point of contact information, email, phone, website address, small business designation, and any GSA schedule number. b) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. c) Past Performance- Provide a list of previous contracts where records management support services were provided. Provide customer/Government Agency contact information where these services were provided including: contact name and organization, telephone number, and email address. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested disadvantage and small business vendors who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by Tuesday, February 16th, 2016 at 12:00 PM. All responses under this Sources Sought Notice must be emailed to Taye.Tebo@usdoj.gov with a courtesy copy to joy.garrett-bey@usdoj.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/LEAA5/LEAA5/DJO-OA-16-F-0034/listing.html)
 
Place of Performance
Address: 810th Seventh Street NW, Washington, District of Columbia, 20531, United States
Zip Code: 20531
 
Record
SN04015791-W 20160211/160210043130-690df26f6193c191cba644c286a90346 (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.