Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2005 FBO #1489
SOURCES SOUGHT

R -- CONTRACTOR PROVIDED CONTRACT SPECIALIST SUPPORT SERVICES

Notice Date
12/22/2005
 
Notice Type
Sources Sought
 
Contracting Office
PRO-PROCUREMENT DIV 950 H STREET NW PROCUREMENT ROOM 6700 WASHINGTON DC 20223 US
 
ZIP Code
00000
 
Solicitation Number
HSSS01-06-R-0003
 
Response Due
1/16/2006
 
Archive Date
2/15/2006
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The United States Secret Service is mandated by statute and executive order to carry out two significant missions: protection and criminal investigations. The Secret Service protects the President and Vice President, their families, heads of state, and other designated individuals; investigates threats against these protectees; protects the White House, Vice President?s Residence, Foreign Missions, and other buildings within Washington, D.C.; and plans and implements security designs for designated National Special Security Events. The Secret Service also investigates violations of laws relating to counterfeiting of obligations and securities of the United States; financial crimes that include, but are not limited to, access device fraud, financial institution fraud, identity theft, computer fraud; and computer-based attacks on our nation?s financial, banking, and telecommunications infrastructure. In support of the overall United States Secret Service (USSS) mission, the USSS has a requirement for contract specialist support services for pre-award and post award contract functions, to include contract / purchase order closeouts. The proposed Contract Specialist(s) shall have experience with federal contracting, which shall include familiarity with and knowledge of the Federal Acquisition Regulation (FAR) and other federal policies and procedures. The proposed Contract Specialist(s) shall possess a minimum of four (4) years experience in the contracting arena. The majority of pre-award and post-award actions will utilize simplified and commercial item procedures. This includes usage of the federal supply schedules. Contract closeout actions will include all types of purchase orders and contracts. The contract actions will include the acquisition of supplies and services to support the USSS requirements. The contract specialist(s) will be required to follow established federal policies and procedures, to include the Federal Acquisition Regulations (FAR), Department of Homeland Security Acquisition Regulation (HSAR) and United States Secret Service (USSS) policies and procedures/guidelines. PURPOSE This is a sources sought announcement that includes the USSS Statement of Objectives. The USSS intends to solicit this requirement as a performance based services acquisition. The contractor shall propose and provide contract specialist personnel having a demonstrated successful experience performing similar tasks on other projects. The solicitation will include a requirement for past performance information as well as experience summaries. The demonstrated past performance and experience must be current within the prior two years. The contractor must provide resume information for each employee proposed. The contractor shall provide the most capable and relevant personnel related to performing the type of tasking discussed and relating to the contract specialist arena. The labor category rate shall remain fixed for the period of performance referenced under the request for quotation. Contractor personnel shall be assigned and perform within the assigned labor category and applicable fiscal year rate unless replaced based on a subsequent proposal from the successful offeror to include Government acceptance and bilateral modification. The Contract Specialists will be located within the United States Secret Service (USSS) headquarters offices within the Procurement Division in Northwest (NW), Washington, DC. The expected work hours are from 8:00 am to 5:00 pm, Monday through Friday, except federal holidays or cases where the federal government is closed due to inclement weather, etc. The USSS requires an innovative, state of the art, knowledgeable, reliable, Contractor to perform the effort associated with the successful completion of contracting and procurement tasks within the Procurement Division of the USSS. Specific objectives are listed below: The USSS would receive under a performance-based contract arrangement, an innovative, state of the art, knowledgeable, highly reliable and well managed Contractor that can provide Contract Specialists to meet or exceed best commercial practices for Contractor provided Contracting personnel. Establish a ?partnership? relationship between the USSS and the contractor. All work shall be performed in accordance with applicable Federal Acquisition Regulations (FAR), Department of Homeland Security Acquisition Regulation (HSAR) and United States Secret Service (USSS) policies and procedures / guidelines. Maintain the highest level of service utilizing the best commercial practices, with particular emphasis on maintaining the cost and schedule proposed in your proposal / quote. Be able to provide convincing proof that the USSS is receiving superior service at a fair and reasonable price through the use of contract data deliverables including a quality control plan. Contractor to propose best commercial practices for this data including the quality control plan. CONSTRAINTS The references listed below provide the statutory, regulatory and policy-related framework for the contract that is ultimately awarded. Offerors shall familiarize themselves with these constraints and include in its proposal / quote any other constraints it believes are pertinent to this project. All contractor personnel assigned to this contact shall meet the following minimum qualifications: All personnel working under this requirement must be U.S. citizens, and may be required to possess a minimum level Secret Defense Security Service (DSS), Defense Industrial Security Clearance Office (DISCO) or equivalent clearance. Documentation will be required to confirm such clearances, including date of clearance issuance, the Cage Code, and a DSS/DISCO point of contact. All personnel will be working on the Government site and shall complete a Contractor Personnel Access Application form (SSF 3237), and must undergo a security background check by the USSS. The contractor shall provide personnel who can successfully pass the background investigation. Personnel will also be required to complete a Contractor?s Agreement to Protect Non-Public Information. Prior to award, the successful awardee shall be required to provide the name and contact information for the Contract Security Representative (CSR) of their firm. The CSR shall be the contact between the contractor and the USSS/RPS Project Security Agent. The CSR shall handle all forms necessary to obtain security clearances and access approvals. Since, Contractor personnel shall be required to have a Secret level clearance, the offeror must submit the following documents and others as required for each respective person immediately prior to award or when a new contractor replacement personnel are needed before starting any work under any tasking: Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act. SSF 3237 - Contractor Personnel Access Application (see Attachment 1) SSF 4024 - Conditional Access to Sensitive But Unclassified Information Nondisclosure Agreement (see Attachment 2) Provide evidence of the required security clearance for proposed personnel and for new replacements before being allowed access to Secret Service facilities and systems or to begin work on any task. All non-classified United States Secret Service (USSS) information is considered law enforcement sensitive and must be protected as such. The USSS information SHALL NOT be taken off-site. Duplication or disclosure of the data and other information to which the contractor shall have access as a result of this contract is prohibited outside of normal performance of duties. The contractor and his subcontractor(s) (if any) agree to not disclose said data, any interpretations and/or translations thereof, or data derivative there from, to unauthorized parties in contravention of these provisions, without the prior written approval of the Contracting Officer or the party in which title thereto is wholly vested. Subcontractors are subject to the same stipulations and may be held responsible for any violations of confidentiality. Work on this project may require that personnel have access to Privacy Information and shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. Statutory, regulatory and policy-related constraints: Federal Acquisition Regulations (FAR) Department of Homeland Security Regulations and directives (HSAR) NOTE: NO FORMAL SOLICITATION IS AVAILABLE AT THIS TIME. THIS IS A SOURCES SOUGHT ANNOUNEMENT. ONCE WE HAVE REVIEWED THE RESPONSES TO THIS ANNOUNCEMENT WE WILL PREPARE AND POST SOLICITATION HSSS01-06-R-0003.
 
Place of Performance
Address: USSS PROCUREMENT DIVISION 950 H STREET, NW, SUITE 6700 WASHINGTON DC 20223 US
Zip Code: 20223
Country: US
 
Record
SN00956650-W 20051224/051222211635 (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.