SOURCES SOUGHT
99 -- Print Shop support services
- Notice Date
- 11/30/2021 7:26:06 AM
- Notice Type
- Sources Sought
- NAICS
- 323120
— Support Activities for Printing
- Contracting Office
- FBI-JEH WASHINGTON DC 20535 USA
- ZIP Code
- 20535
- Solicitation Number
- FBI113021FSUPS
- Response Due
- 12/17/2021 6:00:00 AM
- Archive Date
- 01/01/2022
- Point of Contact
- Travis Potts, Phone: 703-322-5978, Mona Lisa Brown
- E-Mail Address
-
tspotts@fbi.gov, mbrown9@fbi.gov
(tspotts@fbi.gov, mbrown9@fbi.gov)
- Description
- 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 request for information 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.��Responders�are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense.� Not responding to this RFI does not preclude participation in any future RFP/RFQ, if any is issued.� If a solicitation is released, it will be synopsized on the�Federal Business Opportunities (FedBizOpps) website�or the General Services Administration (GSA)�eBuy�website at�https://www.ebuy.gsa.gov.� It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.�All response shall be single page in Microsoft Word 2013 format utilizing Times New Roman font 12. Responses should indicate this is a submission in response to Source Sought FBI-113021-FSUPS.� The Federal Bureau of Investigation (FBI) Professional Services Acquisition Unit (PSAU) in support of�the FBI Facility Services Unit (FSU),�Print Services Team is seeking�capability statements from interested vendors to support�the print shop staff�service�in printing/copying, graphic design and administrative assistance.��This is not a new�requirement.�The requirement is currently being performed under�contract 15F06721F0002463�with a�period of performance anticipated to end�29�January 2022.�� Scope�(description of the requirement):�The scope of this requirement is to procure services to�support a full range of print shop support that includes the following but not limited to:��The�Copy and Graphic Design�personnel shall be responsible for processing graphics design layout projects.� The project complexity shall range from very rudimentary, routine single color to�basic�four-color process publications.� Design and production methods, timelines, manpower/supply resource estimates, and budget forecasting are several of the duties involved.� Contractor personnel shall receive requests for graphics and displays, perform research based upon the primary use of the material being printed, and determine the most practical and economical materials and methods of printing.� Contractor staff shall furnish prompt, economical, and accurate graphics design and exhibits services.� The Contractors shall provide guidance to FBI personnel of all levels in developing and planning graphics design for publications, brochures, pamphlets, flyers, and poster and two and three-dimensional exhibits displays. The Contractor shall provide such training as is required to ensure that contract personnel are current on industry standards and best practices in the areas of analysis of customer printing, publication, design layout; development of technical graphics and printing specifications; page layout instructions for printing that include text style, color and graphics styles, color and graphics design, paper choices, printing production techniques, and binding methods. As required, the Contractor shall coordinate the graphics design of classified material with other Government organizations in the event the job can't be performed in-house.� This includes ensuring all security regulations and procedures are enforced.�The administrative assistant personnel�will interface with personnel to coordinate meetings, maintain equipment logs,�records�and files, provide end user support, and perform general administrative duties.��The contractor must assist in budgetary,�billing, and financial management.� The contractor will be responsible for preparing and/or maintaining systems; programming and operations documentation; and procedures and methods, including user reference manuals.� The�scope of this work is to be performance in two locations:�� J. Edgar Hoover (JEH) Federal Building, 935 Pennsylvania Ave., Washington D.C.� FBI Training Academy, 1 Range Rd., Quantico, VA� Labor Categories for this requirement are:� Copier Technician� Graphic Designer� Administrative Assistant� Objective� The responses to this�Request�For�Information (RFI)�will be utilized to determine if any�Small�business Set-aside opportunities exist and to identify all potential and eligible sources (small and large). Teaming arrangements are highly encouraged.� Anticipated Period of Performance (POP)� The�anticipate date of award is�on/or about�01�February2022. The anticipate contract POP is for 60 months;�consisting of a twelve-month base period and four (4) twelve-month option periods.��In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including,�but not limited to: Occupational Safety and Health Act (OSHA).� Anticipated Contract Type� The FBI anticipates any future contract, for the requirement, would be awarded as a�Labor Hour�type contract.�The�North American Industry Classification System (NAICS) code�for the requirement is�323120�with a Small Business size standard of 500 employees.� Responses� Interested�parties are requested to respond to the�RFI�with a capability statement.�Capability statements will be in Microsoft Word 2013�compatible format and are due�December 17,�2021�at 3:00 PM Eastern Standard Time. Responses shall be limited to 10 pages and submitted to Travis Potts at��tspotts@fbi.gov�and Contracting Officer Representative (COR)�Stella Eastmond�at�sreastmond@fbi.gov.�Proprietary information, if any, should be minimized�and MUST BE CLEARLY MARKED.� All information should be UNCLASSIFIED material only. To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned.� Section�1:�of the capability statement shall provide administrative information, and shall include the following as a minimum:��Company name, Company address, Point of Contact, phone number, email address, DUNS number, CAGE Code,�business type (large business, small business*, small, disadvantaged business, 8(a)-certified small, disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business), System for Award Management (SAM) registered NAICS codes,�facility security clearance,��and�any potential Contractor Teaming Arrangements to accomplish FBI�s outlined�requirements with subcontractor�s company names, business sizes, DUNs number and CAGE Code.� *��Small business concern� means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than�500 employees.� Section 2:�capability statement for the services provided as stated�in�above�scope.��Responder shall provide the specific technical skills the�respondee�possesses which ensure capability to meet the objectives and requirements.�Responder shall indicate if they have prior FBI experience.�The responder�s ability to provide qualified candidates who hold a current active�Top-Secret�Clearance.�Responder shall indicate if they currently possess a�Top-Secret Facility�Clearance.�Responder shall provide specific experience demonstrating the capability to conduct strategic realignment planning and implementation.� Section 3: of the white paper shall answer the following questions.� Responder�shall�provide comments or challenges that industry may have in recruiting for contemplated labor categories and qualifications for this requirement.� Are there challenges filling positions located in Washington D.C.?� Additionally,�responder shall provide�proposed solutions that would mitigate recruiting challenges of the labor categories proposed.� Is the responder capable of providing the listed labor categories under�a�GSA Schedule? If so, what is the GSA Schedule number?��Does the GSA Schedule have the exact labor categories or would these be�crosswalked�to another labor category with similar minimum qualifications.��� What is the responder�s process to verify resume information, experience, aptitude, capability, and qualifications for staff recruited for a position on the anticipated contract?� What metrics are utilized to measure effectiveness of process, vetting and qualifying staff placed on the anticipated contract?� Are there industry standards?� What is the lead-time to fill a�Top-Secret�vacant position?� (May provide by each labor category).� How do you (Responder) verify and hold staff accountable for their work schedule to include breaks and lunch?� Summary� THIS REQUEST FOR INFORMATION�(RFI)�ONLY�to identify sources that can provide support services for this effort.� The information provided in the�source sought�is subject to change and is not binding on the Government.� The FBI has not made a commitment to procure any of the items discussed, and release of this RFI, should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become Government property and will not be returned.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0049fea378b74f539a390bb16eb93836/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN06188107-F 20211202/211130230132 (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 |