SOURCES SOUGHT
R -- Prison Rape Elimination Act Audits
- Notice Date
- 6/16/2022 8:16:57 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- FA8003 771 ENTERPRISE SOURCING SQ WRIGHT PATTERSON AFB OH 45433-5344 USA
- ZIP Code
- 45433-5344
- Solicitation Number
- FA800322QPREA
- Response Due
- 6/24/2022 1:00:00 PM
- Point of Contact
- SSgt Alexandria Astorga, Phone: 9372576466, Ms. Debra Baker, Phone: (210) 925-1013
- E-Mail Address
-
alexandria.astorga@us.af.mil, debra.baker.1@us.af.mil
(alexandria.astorga@us.af.mil, debra.baker.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal (RFP), Fair Opportunity Proposal Request (FOPR) or Request for Quotation (RFQ)) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not at this time seeking proposals. Responders are advised that the Government shall not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI shall be solely at the responding party�s expense. Proprietary information or trade secrets shall be clearly identified. All information received in response to this RFI that is marked PROPRIETARY shall be safeguarded IAW applicable Government regulations. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. The Air Force Security Forces Center requires a contract with a DOJ Certified auditor for assessment and certification audit for Prison Rape Elimination Act (PREA). PREA standards are a nationally established set of standards required by law: 28 CFR Part 115 and DTM 13-002 for the elimination of rape in US prisons and jails. The standards provide a national framework for demonstrating compliance and communicating concerns to the Department of Justice and public entities, correctional administrators, legislators, and funding bodies. Through accreditation and certification, an agency will demonstrate compliance with the law. The anticipated acquisition strategy is a best-value trade-off method where past performance and technical capability is significantly more important than price. The anticipated contract type for this task order is Firm-Fixed Price labor with Cost Reimbursable travel. Responses to this notice are not offers and shall not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitations; if issued.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/31ed83dc42a4490684824eafe043981f/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06361637-F 20220618/220616230123 (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 |