Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2024 SAM #8321
SOURCES SOUGHT

B -- ICE Transportation Management Office- Analysis Support

Notice Date
9/6/2024 1:17:19 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
DETENTION COMPLIANCE AND REMOVALS WASHINGTON DC 20024 USA
 
ZIP Code
20024
 
Solicitation Number
192124FHQTMO0001
 
Response Due
9/16/2024 7:00:00 AM
 
Archive Date
10/01/2024
 
Point of Contact
Brittany Tobias, Phone: 2028781666, Marland Clark
 
E-Mail Address
brittany.tobias@ice.dhs.gov, Marland.Clark@ice.dhs.gov
(brittany.tobias@ice.dhs.gov, Marland.Clark@ice.dhs.gov)
 
Description
This is a Request for Information (RFI) for transportation management services with U.S. Immigration & Customs Enforcement (ICE) Transportation Management Office (TMO). Additional information on this contract is defined in the attached Draft Performance Work Statement (PWS).� As part of its market research, ICE is issuing this RFI to determine the estimated number of interested vendors capable of the scope of the requirement in the draft PWS.� The Government may use the responses to this RFI for information and planning purposes. The draft PWS describes only the currently contemplated possible scope of services and is subject to change in the final PWS. By posting this RFI and draft PWS for the TMO recompete contract, the government hopes to: shorten the time-to-award, thereby delivering capabilities to customers faster; encourage competition by providing interested vendors with an improved understanding of the goals and objectives for the procurement; and increase the likelihood of a successful outcome by refining evaluation techniques to identify the most qualified contractors.� Acquisition Strategy The acquisition strategy is still under development and is not finalized. The acquisition strategy will be partially dependent upon the solutions/alternatives presented as a result of this RFI.� If you have any comments on acquisition strategy, please include it in your response. Background ERO's responsibilities include providing reliable, safe, and secure transportation of detainees placed in federal custody. ERO faces numerous enterprise-wide transportation and logistics challenges and must implement mature, repeatable processes to administer comprehensive transportation lifecycle activities. ERO has experienced challenges with modifying and scaling its transportation operations as priorities change and unexpected surges occur.� ICE will continue to face these time-sensitive challenges and must possess the organizational capabilities to institutionalize transportation management, provide more effective contract oversight, resolve capability gaps, and facilitate continuous improvement and optimization of ERO�s transportation networks. Responses Prospective contractors who are qualified to provide these services should provide the following information for ICE�s review: 1. Company name and address 2. POC information (name, title, phone number, email address, etc.) 3. Company business size under NAICS 541611 /Socio-economic status 4. Unique Entity Identifier (UEI) number After reviewing the attached draft PWS and this RFI, please advise if there any questions or issues that should be addressed.� Please use the attached excel worksheet to state your comments to the PWS (if any) and state the appropriate section. In addition to the general capabilities of interested firms, ICE requests responses to the following questions: What comments/questions do you have on the PWS? Please submit all comments on the excel worksheet. Please advise of any strategic sourcing vehicles, governmentwide acquisition contracts (GWAC), or federal schedules you may hold and if this work would be applicable to that strategic sourcing vehicle. Please provide your contract number of any strategic sourcing vehicle or federal schedule. What is industry standard metrics for monitoring success for the work required in the PWS? What other QASP metrics would you like the Government to consider adding to the QASP? Do you have remote employees? If so, what type of oversight capabilities do you have for remote employees? What is your experience in providing services similar to the PWS tasks to the federal government?� What are any relevant contract numbers? How long of a transition time (maximum) would you need?� Provide any additional information on the transition process you may want to share. Briefly discuss if you can get people on board quickly to a potential contract which requires a background investigation. Would you have candidates already identified and able to enter into the clearance process within 15 days.?� If not, how long? After reading the details of the PWS, are there any other recommended positions or specific skillsets/experienced that should be included that are not already included in the positions? Do you intend to submit a response in if the Government issues a solicitation for these services? Additional information Interested parties shall submit all requested information and responses electronically to�Brittany.Tobias@ice.dhs.gov and Marland.Clark@ice.dhs.gov by 10:00 a.m., ET September 16th 2024, or sooner.� Please use a response length you believe is appropriate, but no more than 5 pages. This RFI is for the purpose of identifying potential sources as part of ICE�s market research. No solicitation exists; therefore, do not request a copy of the solicitation. Responses to this RFI will not be considered quotes. This RFI is issued for information and planning purposes only and does not itself constitute a Request for Quotations (RFQ) or Request for Proposals (RFP). The Government does not intend to issue any award based only on responses to this RFI. All information received in response to this RFI marked �Proprietary� will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the RFI will not be returned.� Responders are solely responsible for all expenses associated with responding to this RFI. ICE will not pay for information received in response to this RFI. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. The Government reserves the right to hold one-on-one meetings because of responses received from this RFI as part of its market research. Meetings may be held with vendors who provide comprehensive responses to the questions posed.� In addition, there may be a need to seek further clarification from those respondent(s) identified as capable.� This clarification may be requested in the form of brief verbal communication by telephone; written communication; electronic communication; or a request for a presentation of the response. The Government reserves the right to seek additional information from those vendors identified with unique solutions that are determined to be beneficial to the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1ae2213e71924e2fb5c0bf6fb3cce83a/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07202259-F 20240908/240906230121 (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 |
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.