SOLICITATION NOTICE
R -- Professional Law Enforcement Consulting Services for the Bureau of Indian Affairs (BIA), Office of Justice Services (OJS), Professional Services Division
- Notice Date
- 2/18/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RABQ2080012
- Response Due
- 2/26/2008
- Archive Date
- 2/26/2008
- Point of Contact
- DIANNE GUTIERREZ (505) 563-3007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, RABQ2080012, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2001-03. The North American Industry classification (NAICS) code is 611710 and the business size maximum is $6.5 Million. The proposed contract is a Total Small Business Set-Aside. All small business shall provide a breakdown of their costs to demonstrate that at least 51% of the cost of contract performance incurred for travel, supplies, training materials, etc. shall be performed and incurred by the small business (prime). All small businesses shall comply with FAR 52.229-14 Limitations on Subcontracting. All responsible small business sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: 0001 Base Year: Provide all administrative costs, supplies, materials and personnel to provide Professional Education Consulting Services for the BIA, OJS, Professional Services Division. All work shall be performed in accordance with the Statement of Work. The Quantity is One and the Unit is Day. 0002 Option Year One: Provide all administrative costs, supplies, materials and personnel to provide Professional Education Consulting Services for the BIA, OJS, Professional Services Division. All work shall be performed in accordance with the Statement of Work. The Quantity is One and the Unit is Day. . 0003 Option Year Two: Provide all administrative costs, supplies, materials and personnel to provide Professional Education Consulting Services for the BIA, OJS, Professional Services Division. All work shall be performed in accordance with the Statement of Work. The Quantity is One and the Unit is Day. . 0004 Option Year Three: Provide all administrative costs, supplies, materials and personnel to provide Professional Education Consulting Services for the BIA, OJS, Professional Services Division. All work shall be performed in accordance with the Statement of Work. The Quantity is One and the Unit is Day. 0005 Option Year Four: Provide all administrative costs, supplies, materials and personnel to provide Professional Education Consulting Services for the BIA, OJS, Professional Services Division. All work shall be performed in accordance with the Statement of Work. The Quantity is One and the Unit is Day. An Indefinite Delivery Indefinite Quantity (IDIQ) Contract shall be awarded which identify a fixed daily rate (daily for all costs, with exception of travel) for the base and option year; therefore, provide only the daily rate to provide services in accordance with the SOW. The Governments intends to award one IDIQ contract for a basic year and one option year. The period of performance (POP) for the base year is from March 1, 2008 through February 29, 2009; and, the POP for the Option Years is from March 1 to February 29. One Award shall be made to a company to provide all objectives delineated under the Objective Section of the Statement of Work. The Government shall issue task orders against the IDIQ contract for the items delineated under the Objectives section of the Sow when a need arises. Task orders shall be issued on a fixed price basis utilizing the fixed price daily rate awarded in each IDIQ contract x the number of days to complete the task plus travel costs, which shall be paid in accordance with the Federal Travel Regulations. The minimum value of each contract shall be one task order per POP for a minimum value of not less than $500.00. The maximum value of each IDIQ contract shall be twenty task orders per POP for a maximum value of not more than $500,000.00. The task order ombudsman shall be: Name: Dianne Gutierrez, Contracting Officer (CO), Address: 1001 Indian School Road, Albuquerque, NM 87104; Telephone: 505-563-3007; Fax: 505-563-3019. Statement of Work: General: The consultant(s) shall serve as an advisor to the Bureau of Indian Affairs (BIA), Office of Justice e Services (OJS). The consultant will assist those members of OJS who are involved in the process of revising and updating the Law Enforcement Handbook (Handbook). The guidance will focus on editing current material, updating material changed by current practice or new laws, creating directives identified as needed by OJS Deputy Director, and consultant will provide training in all new and revised directives to ensure proper understanding by all affected OJS personnel. The consultant will convert the handbook to electronic media for retrieval via the internet or intranet as specified by OJS. Additional plans, programs, systems, etc. Which will augment the Handbook will be formulated and presented for implantation by the consultant. Objectives or Work Activities: (1) The consultant shall serve as an advisor to the BIA in completion of the Law Enforcement Handbook in accordance with the Scope of Work. (2) The consultant shall provide training on new and revised directives in accordance with the Scope of Work. (3) The consultant shall develop proposed plans, systems and programs identified as complementary to the Handbook needed for successful operation of a modern and progressive law enforcement organization in accordance with the Scope of Work. Scope of Work: 1. Complete the OJS Departmental Handbook, including revisions, changes and corrections made by OJS Deputy Director. 2. Continually assess the BIA, OJS level of compliance and identify in writing, any issues that may be or become an obstacle in successful completion of the Handbook and training thereof. 3. Draft or rewrite directives and review and edit final drafts of directives and plans to ensure compliance with all applicable laws and OJS rules and regulations. 4. Provide training of the contents of the new Handbook to the appropriate staff at IPA or other identified training locations. 5. Author, create or otherwise draft necessary plans, systems and programs to complement the Handbook which are identified as necessary for a successfully and progressive justice service organization. 6. Following initial publication of the new OJS Handbooks, provide monthly review and new laws, rules, regulations and directives to facilitate necessary updating of the Handbook as necessary. 7. Provide a written report summarizing the work accomplished by the consultant during each site visit to Albuquerque, New Mexico. Or if no visits occur a monthly report to be submitted directly the Deputy Director, OJS, and a copy for the Contracting Officer's Representative (COR). The report will address issues, obstacles encountered (or anticipated) and guidance on correcting them. The report will also give guidance to the COR by outlining tasks to be completed before the consultant's next visit. All information obtained by the consultant during the course of activities is considered sensitive and confidential. No public written reports or discussion of any kind may derive from this contract without the express written review and approval of the BIA, OJS. The consultant will always be accompanied by a representative of the BIA and the consultant does not represent or speak for the BIA, OJS. All deliverables (e.g.Law Enforcement Handbook) shall become the property of the BIA, OJS. Period of Performance: The period of performance shall begin March 1, 2008 and end February 28, 2009, with four one year option periods. Required Qualifications of the Expert Provider: (1) The consultant shall be knowledgeable of the current BIA, OJS Handbook policies involving the following: BIA laws, BIA use of Force procedures. BIA Arrest procedures, BIA Special Law Enforcement Commission, BIA Criminal investigations, BIA transportation of prisoners, BIA internal affairs, Inspections procedures, and all other BIA law enforcement policies and procedures. (2) The consultant shall be knowledgeable based on experience of the operations of BIA and Tribal law enforcement policies and criminal investigative pr0ograms within Indian County. (3) The consultant shall have experience as a consultant in developing policy and procedure manuals for other law enforcement agencies. (4) The consultant shall have specialized technical information relating to accreditation procedures as mandated by CALEA, as well as at least 1 year of actual experience in accreditation in the law enforcement field. (5) The consultant shall have experience as a trainer for a class size varying from 15 participants to 50 participants and shall demonstrate they are an expert in the BIA, OJS policies and procedures . Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide an houly rate for the base and four one year option periods to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference. . Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, Limitations on Subcontracting (DEC 1996); FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.243-1 Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.217-9, Option to Extend the Term of the contract (para (a) 15 days, 15 days; para (c) 2 years); 52.217-3 FAR 52.216-8 Ordering (para a, Date of Award through February 29, 2009 with four one year options); FAR 52.216-19, Order Limitations(para a, $100.00; Para b (1) $500,000.00, Para (b)(2) $500,000.00, Para 3, 30 days); FAR 52.216-22 Indefinite Quantity (Para d, February 29, 2009 with four one year options); FAR 52.216-18 (para 1, Date of Award through February 29, 2009 with four one year options); FAR 52.216-27, Single or Multiple Awards; Evaluation Exclusive of Options; and, FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Excellence: Describe ability to meet REQUIRED QUALIFICATIONS OF EXPERT PROVIDER section of SOW 1b. Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Scope of Work. 1c. Past Experience: List contracts that are of comparable size, complexity and similar; and, provide references demonstrating previous experience for this service. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. The due date for receipt of quotes is Tuesday, February 26, 2008; 9:00am Local Time. You may mail your quote to BIA, 1001 Indian School Road NW, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
- Record
- SN01511344-W 20080220/080218223326 (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 |