Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2018 FBO #6013
SOURCES SOUGHT

R -- Latent Print Support Services - LPSS SOW - LPSS LABOR MATRIX

Notice Date
5/9/2018
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
FY18-FBI-RFI-STAU002
 
Archive Date
6/9/2018
 
Point of Contact
eliana york, Phone: 7039856118
 
E-Mail Address
eliana.york@ic.fbi.gov
(eliana.york@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
LPSS LABOR MATRIX LPSS SOW (DRAFT) REQUEST FOR INFORMATION Latent Print Support Services 1.0 Description The Federal Bureau of Investigation (FBI), Laboratory Division (LD) is providing a draft Statement of Work (SOW) and a Labor Matrix identifying the required categories for the Latent Print Support Services (LPSS) contract, for the purpose of obtaining industry comments and questions. This will be a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for support services. The LD is conducting an information-driven, decision making process to plan and execute a successful acquisition. This Request for Information (RFI) is intended to help the FBI make informed acquisition decisions and business case analyses to: • Assess the current marketplace and existing industry capabilities to fulfill the scope of work; • Obtain recommendations from industry on the contract duration/period of performance, acquisition strategies and approaches (including contract and incentive structures) that are available to support the scope of work; • Identify and assess the major risks to the acquisition; • Identify and mitigate any potential barriers to competition; • Determine industry data/information needs to support proposal preparations; and • Identify areas that could be set-aside for small business. 1.2 This is a Request for Information (RFI) only This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the FBI is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI or samples requested; all costs associated with responding to this RFI will be solely at the interested party's expense. All submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The FBI may request follow-up information and/or capability presentations from RFI respondents as a result of the information received from this RFI. The purpose of these follow-up questions and discussions is for the FBI to better understand the market capabilities in relation to the various acquisition strategies available for this effort. Information received from follow-up questions and presentations is considered part of the overall market research activity and will be conducted in accordance with FAR Part 15.201. 2.0 Purpose The LPSS contract supports the latent print operations and functions that fall within the Biometrics Analysis Unit (BAU) and Evidence Management Unit (EMU) of the FBI's Laboratory Division. The units are located in two (2) geographic locations: Quantico, Virginia, and Huntsville, Alabama. A detailed description of each unit's mission and its requirements is provided in the labor matrix included in this solicitation. 3.0 Requested Information The FBI seeks industry feedback on the referenced SOW, including comments and questions. Interested vendors may also provide the following information for planning purposes only: 1) Company Profile/Respondent Information (1-page limit) RFI Title: RFI #: Company Name: Address: DUNS Number: CAGE Code: Security Clearance Level: Small Business designation: North American Industry Classification System (NAICS) Code: Business Size for NAICS Code Indicated: (i.e. certified small business, 8(a), HUBZONE, woman-owned small business, veteran owned, small disadvantaged business, service disabled veteran owned, etc.) Primary Contact (Name, Title, Phone, and Email): Additional Contact (Name, Title, Phone, and Email): 2) Capabilities and Qualifications (5-page limit) Respondents are requested to provide a narrative that describes organizational competencies. Narrative shall include specific past work descriptions that match up with the requirements stated in the draft SOW. Respondents shall include for each experience the customer name and a description of work performed and deliverable(s), if any. Respondents are to provide names and brief biographical information of employees deemed key to providing this type of work based upon the required categories in the labor matrix. 3) Acquisition Strategy (5-page limit) a) Provide comments on the structure and content of the SOW. b) Does your company have the capability to fully staff the requirements organically or is subcontracting required? Please explain your staffing approach based on the required categories and indicate if it is organic or subcontracted. c) Do you anticipate having any organizational conflict of interest? d) Do you require any additional data to be released with the RFP to obtain a better understanding of the requirements? 4.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer's email address no later than 5:00PM EST, Wednesday 16 May, 2018. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the FBO website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 5:00PM EST, Wednesday 16 May, 2018 will be answered. 5.0 Submission Instructions Industry is encouraged to respond with information not constrained by proprietary data rights. If proprietary data is included in the reply, the participant respondent is responsible for the appropriate markings. Participants are responsible for adequately marking proprietary information contained in their response and any proprietary information MUST be marked as such on a paragraph-by-paragraph basis. Interested parties should provide the information described in Section 3 of this document, electronically in Microsoft Word format and searchable Portable Document Format (PDF). All information should be UNCLASSIFIED material only. Information should not exceed 11- one- sided 8 ½ x 11 pages, with one-inch margins, using single-spaced, Times New Roman font, and size 11. All submissions shall be sent via electronic mail no later than 12:00PM EST on Friday 25 May, 2018, to the FBI Contracting Officer Eliana York at ecyork@fbi.gov. E-mail verification will be sent upon receipt.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/FY18-FBI-RFI-STAU002/listing.html)
 
Record
SN04917110-W 20180511/180509231008-a9eb7b117039166c6b06b62e50bf8be9 (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.