SOURCES SOUGHT
R -- Subject Matter Experts Mexican Public Administration /Mexican Criminal Justice
- Notice Date
- 10/15/2020 11:01:38 AM
- Notice Type
- Sources Sought
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- INL-10156020
- Response Due
- 11/9/2020 10:00:00 AM
- Archive Date
- 11/24/2020
- Point of Contact
- Ms. Reid-Smith, Reaver L. Clements
- E-Mail Address
-
Reid-SmithSJ@state.gov, clementsrl@state.gov
(Reid-SmithSJ@state.gov, clementsrl@state.gov)
- Description
- GENERAL: This notice is a Request for Information (RFI) and is NOT a Request for Proposals (RFP), nor is it a Request for Quotes (RFQ).� The government will NOT award a contract on the basis of this notice, or otherwise pay for information solicited by it.� Proprietary information should be clearly marked.� The requested information is for planning and market research purposes only and WILL NOT be publicly released. Responses to the RFI will not be returned. �Please be advised that all submissions becomes Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP/RFQ, if any is issued. Responses to this notice are not offers and cannot be accepted by the U. S. Government to form a binding contract. �The information provided in this RFI and any future changes to the RFI are subject to change and are not binding on the Department of State.� Participation in this effort is strictly voluntary. �It is the responsibility of the interested parties to monitor the beta.SAM.gov site for additional information pertaining to this RFI.� All costs associated with responding to this RFI will be solely at the interested respondent�s expense. �The objective of this RFI is to assess vendor capabilities and interest. � Review of the responses to the RFI will focus on the offeror�s technical capability to provide a quality solution, corporate experience/past performance for same or similar activity with commercial activities or government agencies, and responsiveness to the RFI. In accordance with FAR 15.201(e), responses to this RFI are NOT offers and cannot be accepted by the Government to form a binding contract. PURPOSE: This is a request for information (RFI), as described in Federal Acquisition Regulations (FAR) Sub-Part 15.201(c)(7). �The purpose of the RFI is to obtain market research, pursuant to FAR Part 10, Market Research, and to identify businesses capable of performing the functions described herein. �Offerors shall clearly identify their business status (small, HUBZONE, 8(a), women-owned, etc.), in the first paragraph of their cover letters. �Offerors shall be considered large businesses if the business status is not provided. The intent of this Request for Information (RFI) is to identify a vendor capable of providing subject matter experts in Mexican public administration and Mexican criminal justice to the Mexican Attorneys� General Offices (AGOs), technical assistance and support services as described under this RFI for a possible single award Firm-Fixed price contract.� � For purposes of this RFI, the North American Industry Classification System (NAICS) Code is: 611519, Other Technical and Trade Schools.� Product Service Code:� R799 � Support Management: Other I.� INTRODUCTION: ���� The Bureau of International Narcotics and Law Enforcement Affairs (INL) is seeking information concerning the availability of subject matter experts in Mexican public administration and Mexican criminal justice to deliver technical assistance and support for INL Mexico.� The team will be responsible for improving procedures and decision-making in up to 32 Mexican state Attorney General�s Offices (AGOs).� INL has produced diagnostic reports on the internal challenges limiting effectiveness in state AGOs.� A potential contract would cover assistance to those AGOs to implement changes in procedure that will respond to the areas of opportunity identified in those reports.�� Many of the challenges identified in the diagnostic reports are common to many AGOs and a common approach may be applied, with appropriate adaptations, across many or all states. � II. SCOPE OF WORK: There should be an emphasis on skills relating to providing technical assistance and support to up to 32 Mexican state Attorney General�s Offices (AGOs).� The goal of the project(s) is to increase prosecution rates of high impact crime in Mexico through improved management practices within Mexican state AGOs in austere and remote conditions throughout Mexico.� To address these issues the project(s) must include at least three objectives.� � It must increase the number of AGOs with clear policies and procedures detailing prosecutorial priorities and guidelines for key prosecutorial decisions (note: a list of thirteen key prosecutorial decisions will be provided upon award).� The project(s) must increase the number of AGOs with performance management systems for Mexican prosecutors (MPs) and investigators that set performance goals, track case resolutions, provide regular supervision, and identify training needs. The project must increase the number of AGOs that utilize an incentive system for employees linked to the findings of their performance management system. Project activities will revolve around providing technical assistance to ensure AGOs have the necessary evaluation systems and procedures in place that align with the institutions� criminal prosecutorial priorities.� Activities may include a review of all AGO procedures and assessments of those procedures, including INL-provided diagnostic reports.� Emphasis should be paid to interagency coordination and incorporation of and legally obtaining relevant evidence.� Activities may also include development of mechanisms to address the most common deficiencies with state AGO procedures, and working with AGOs to implement solutions to previously diagnosed problems, based on a generalized model but tailored to each state�s context, strengths, and challenges. This project will include at a minimum the following sub-tasks: � Sub-Task I The Mexican Accusatorial Criminal Justice System does not have a set regulations/policies/procedures/guidelines established on many matters relevant to ensuring strong performance of AGOs.� The contractor will be asked to develop/draft and adopt/implement: 1) a criminal prosecution policy with standardized criteria; 2) guidelines to promote adequate use of MPs� authorities; 3) guides for MPs to properly identify and apply the standard of proof for requesting initial hearings; 4) integrated alternative dispute resolution guidelines; 5) agreements or incentives that encourage MPs use of Suspension Process Conditional and Abbreviated Processes prior to trial; and 6) procedures that include receiving detainees and ratifying their detention.� These general models would need to be adaptable to local conditions in each state. Sub-Task II Develop criteria and mechanisms that direct MPs toward specific actions, including: 1) utilizing formal coordination and communication mechanisms between MPs assigned to the investigation groups, and the investigative police; 2) formalizing a mechanism that continuously reviews the procedures and quality by which the majority of matter are handled; and 3) designing and developing mechanisms that help guarantee proper use of forensic services. Sub-Task III Implement in up to 32 states a performance evaluation system for MPs; clear and predictable incentives for MPs linked to the performance evaluation system; and a supervision scheme aligned with the performance evaluation system. Sub-Task IV Identify and link institutional training needs with the performance evaluation system.� For example, by collating information to identify common areas of poor performance and prioritizing areas for training resources. Sub-Task V Coordinate: 1) discussions between the AGOs and judicial branches to discuss implications of criteria on integrated concepts; 2) discussions between the AGOs and public defenders to optimize usage of suspension procedural conditional; 3) inter-institutional trainings with state and municipal police forces, focused on mutual understanding of roles and improved coordination. III. DELIVERABLES: Per the above-mentioned Sub-Tasks, the contractor shall deliver all relevant policies, guidelines, agreements, procedures, criteria, processes, and/or evidence of the adoption of each for up to 32 Mexican AGOs.� Contractor shall also provide a mobilization plan, evidence of two oral briefings to each AGO, weekly activity reports, monthly progress reports, and an annual (final) report. **** All documents produced under this contract are the property of the U. S. Government.� The U. S. Government reserves the right to reproduce, distribute, perform, or display training documents under this contract **** IV. PLACE OF PERFORMANCE: Various Mexican Attorney General Offices throughout Mexico� V. PERIOD OF PERFORMANCE: The period of performance from date of actual award:� BASE YEAR (12-months) contract, with Four Option Years (12-months each).��� RFI RESPONSE CONTENT AND FORMAT * NO TELEPHONE CALLS WILL BE ACCEPTED * a.� The Government is not interested in marketing responses and such generic documents will not be considered by the Department. Only responses meeting these specific instructions shall be included in the Department�s market research analysis.�� b.� Failure to comply with any of these instructions may result in removal of the response from the Department�s RFI/market research analysis. �The Department is under no obligation to request clarification or additional information not provided in the initial response.� c.� ALL respondents must submit completed Attachment A � CLIN List and General Requirements, which includes - 1.� Respondent company and contact information; 2.� Line item (�CLIN�) list, for the respondent to indicate which of the supplies/services it can provide, including any available government-wide contract vehicle information; 3.� Separate tabs with general security requirements, general technical requirements, and general procurement/warranty requirements, to be completed by the respondent. d.� RFI respondents ARE required to supply all of the requested information under this RFI. e.� If applicable, any item supplied by the respondent is the exact brand or equal and part number, it must be clearly stated and complete information provided f.� If applicable, suggestions of any alternative brand or part number (an �equal�) then the respondent must provide complete information. g.� For all items/services suggested by the respondent as an alternative brand or part number (an �equal�)/labor category(ies), the respondent should submit any and all supporting documentation. �For example, provide a URL/web link where the DOS can verify any information provided. �Supporting documentation must be provided either as additional attachments (.pdf format preferred) or as a URL/web link. h.� The respondent should also identify any specifications/requirements that it considers to be overly restrictive of competition based on the commercial marketplace. �In such cases, the respondent should explain why it feels the specification is overly restrictive or unnecessary and should provide alternative suggestions or an explanation of how the government can meet its performance objectives with alternative commercial items. i.� If applicable, for all items supplied by the respondent as an alternative brand or part number (an �equal�), the respondent must provide the manufacturer�s Voluntary Product Assessment Template (VPAT) showing the extent to which the Section 508 accessibility standards applicable to that product are met or are not met by that product. j.� All documents must be submitted in the government-supplied Microsoft Word document format.� The final document is then saved in .pdf format and submitted via E-mail attachment. k.� Respondents must NOT submit their responses in any alternate format (e.g. MS Word, Excel, or in the body of an email). �Such responses will not be accepted. �Only the government�s MS Word Attachments A shall be accepted, converted into .pdf format, as attachments to the submission E-mail identified in this RFI. Respondents must submit their Capability Statement no later than November 9, 2020, 1:00 PM/Eastern Standard Time (EST), not more than 25 pages in length. �The total page count of 25 pages does not include the cover letter. �The total page count does include all other information provided (i.e., graphs, technical, etc.). �Font size should be 12 point, Times New Roman; single sided, and prepared in Microsoft Word and converted into .pdf format. Fold out charts for tables or graphics are allowed and each foldout counts as a single page and also counts towards the total page limit. �Charts and graphics must be in Microsoft Excel, or PDF format. �Proprietary information submitted in response to this RFI will be protected from unauthorized disclosure as required by the Federal Acquisition Regulation (FAR). All proprietary markings should be clearly delineated. � The respondent shall identify where data is restricted by proprietary or other rights and mark it accordingly. Request for Information (RFI) may be subject to disclosure under the Freedom of Information Act (FOIA) Introduction: Provide a brief description of existing capability to perform the requirements or provide proposed Statement of Work language for the services and/or any proposed solutions outlined in this RFI. Technical Capability: In light of the coronavirus pandemic (COVID-19), the respondent�s technical ability shall describe alternate services identified in the RFI.� The responses should include an overall description of the proposed services and/or any solution(s) and provide technical data and demonstrated ability to perform for those areas identified.� Offerors response should include information on your company�s ability/qualifications to remotely provide services identified in the RFI.� Interested parties shall demonstrate their ability to perform task order management, transition-in activities and new development activities for internal and external websites and web application.�� Offeror response should demonstrate their ability to perform services identified under each heading shown in the RFI.� Interested parties should also describe technical benefits of their proposed services in terms of existing technologies or resources, improvements/enhancements, cost efficiencies of their specific approach, and any other support capabilities that provide service excellence or uniqueness. Corporate Experience/Past Performance: Provide a brief description of your corporate experience in same or similar services and/or product solution(s) to both commercial and government organizations; a minimum of three (3) references is requested for same or similar services and/or any product solution(s).� Provide a brief description of corporate industry credentials that your company has obtained that are applicable to the services described in the RFI. Provide a brief description of the ability to provide subject matter experts/personnel that meet the requirements specified in the RFI. In summary, the complete submission package shall be sent via E-mail response to Reid-SmithSJ@state.gov, with the following attachments: 1.� Completed Attachment A, CLIN List and General Requirements via�MS Word; convert in .pdf format 2.� Complete description of proposed services to be provided to the Mexican Attorneys� General Offices 3.� Comprehensive employment description of proposed subject matter experts in Mexican public administration and Mexican criminal justice 4.� Any other proposed recommendations for the Government to consider 5.� Supporting documentation for all items (if any) supplied by the respondent as an alternative brand or part number (an �equal�); submitted in .pdf format 6.� Section 508 manufacturer�s VPATs for all items (if any) supplied by the respondent as an alternative brand or part number (an �equal�); submitted in .pdf format NOTE:� Pricing information is not requested, SHALL NOT be submitted, and will not be considered at this time. QUESTIONS AND FORMAT SUBMISSION: Questions must be submitted, using the format attached, via E-Mail to Reid-SmithSJ@state.gov such that they are received at that electronic address no later than October 22, 2020, 1:00 PM/Eastern Standard Time (EST).� �Answers to questions that are timely received will be aggregated and attached to this beta.SAM.gov notice prior to the closing date/time of this notice.� �All communications regarding this RFI shall be directed to Ms. Reid-Smith, Contracting Officer, U. S. Department of State, at the contact information listed in this posting, via E-mail. Subject Matter Experts Mexican Public Administration/Mexican Criminal Justice INL-10162020 RESPONSE SUBMISSION: Responses must be submitted electronically to the E-mail address below.� Please reference the following in the subject line of all submissions:� Subject Matter Experts Mexican Public Administration /Mexican Criminal Justice INL-10162020. Packages must be prepare in Microsoft Word, converted into .pdf format and sent via E-mail attachment along with any/all supporting documents to Reid-SmithSJ@state.gov such that they are received at that electronic address no later than November 9, 2020, 1:00 PM/Eastern Standard Time (EST),the closing date/time of this RFI posting. � Respondents should refer to the RFI RESPONSE CONTENT AND FORMAT section�to prepare their response(s) to the Requirement/Scope of this RFI. All communications regarding this RFI shall be directed to Ms. Reid-Smith, Contracting Officer, U. S. Department of State, at the contact information listed in this posting.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/12366dc398ef40528cb30975f55d0bf6/view)
- Place of Performance
- Address: Various, MEX
- Country: MEX
- Country: MEX
- Record
- SN05829109-F 20201017/201015230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |