SOURCES SOUGHT
R -- Department of Justice, Asset Forfeiture and Money Laundering Section, Federal Forfeiture Claims Administration - Forfeiture Claims Administration RFI
- Notice Date
- 4/4/2011
- Notice Type
- Sources Sought
- NAICS
- 541199
— All Other Legal Services
- Contracting Office
- Department of Justice, Justice Management Division, Procurement Services Staff (PSS), Two Constitution Square, 145 N Street, N.E., Suite 8E.300, Washington, District of Columbia, 20530, United States
- ZIP Code
- 20530
- Solicitation Number
- DJJE-11-RFP-0721
- Point of Contact
- Richelle P. Wright,
- E-Mail Address
-
richelle.wright@usdoj.gov
(richelle.wright@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- RFI Technical Exhibit 1-002 RFI Attachment A RFI Technical Exhibit 1-001 RFI Attachment B RFI Technical Exhibit 5-001 Summary: This Request for Information (RFI) is issued in support of the anticipated acquisition of the Department of Justice's (DOJ) Criminal Division - Asset Forfeiture and Money Laundering Section Federal Forfeiture Claims Administration (Solicitation No. DJJE-11-RFP-0721). This requirement will result in a multiple award Indefinite Delivery/ Indefinite Quantity (IDIQ) contract for claims administration services. These services will include claims administration for DOJ, Treasury, and Homeland Security agencies involved in federal seizure and forfeiture activities. Contractor services will be required to identify and contact potential claimants and inform them of the opportunity to file a claim; receive and evaluate the claims and make recommendations to government officials regarding claim validity; inform potential claimants of the claims decisions; review requests for reconsideration and make recommendations regarding these requests; and, in certain cases, make final disbursements to awarded claimants. It is anticipated that some contractor personnel will need access to sensitive and confidential claimant information to perform the duties associated with this requirement. As such, respondents need to have access to a secure area within its facility and the capability of restricting access to sensitive information. Further, this is anticipated to be a nationwide requirement. Therefore, all respondents must be capable of servicing claimants nationwide, in Puerto Rico and in other U.S. territories, and in rare cases, in other countries. The purpose of this request for information is twofold: first, to determine the acquisition strategy regarding small business participation, and second, to get industry comments on the draft Statement of Work (SOW). Through this Request for Information, the DOJ is requesting the capabilities and past performance of small business contractors interested in providing these services. Interested small business contractors including Small Disadvantaged Business, Women-Owned, 8(a)'s, HUBZones, Veteran-Owned, or Service Disabled Veteran-Owned Small Businesses are encouraged to respond. In addition, the DOJ is requesting comments on the draft SOW from both large and small businesses. The Department is contemplating award of a multiple award IDIQ contract and, based on responses to this Request for Information, will be able to determine the appropriateness of small business participation. Background: The Draft SOW for this requirement is provided in Attachment A and the Labor Category Descriptions are provided in Attachment B. Attachment A has three Technical Exhibits which are also provided. This RFI is for planning and informational purposes only and shall not be considered as a Request for Proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this synopsis. The Government will not return submissions. Finally, the Government does not intend to respond to submissions as the intent of this RFI is to develop the acquisition strategy for these services. Instructions for All Businesses: Interested and qualified parties are encouraged to submit comments and suggestions related to the draft Statement of Work (SOW), its attachments, and the Labor Categories. All businesses are encouraged to suggest other labor categories and their descriptions that may be required to fulfill the requirements of the SOW. Please submit responses in Microsoft Word or PDF format. All information submitted should consist of UNCLASSIFIED MATERIAL only. Information should not exceed five (5) one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. Further instructions for Small Businesses: In addition to comments and suggestions to the draft items listed above, small business respondents shall include the information required in items 1-6 below. Please submit response in Microsoft Word or PDF format. All information submitted should consist of UNCLASSIFIED MATERIAL ONLY. Any company proprietary information must be marked as such. Information should not exceed five (5) one-sided 8½ x 11 pages, with one inch margins, and font no smaller than 12 point. This brings the total page limitation for small businesses to ten (10) one-sided 81/2 11 pages (including the five (5) pages of comments as referenced above). Item 1. Company name, address, telephone number, a point of contact with e-mail address, and Data Universal Numbering System (DUNS) number. Indicate small business size status, if applicable, including status as a Small Disadvantaged Business, 8(a), Woman-Owned, HUBZone, Veteran-Owned, or Service Disabled Veteran-Owned Small Business. Item 2. A summary of the company's past performance providing services of similar size and scope, similar to those identified in the attached Draft Statement of Work and Labor Category Descriptions during the past five years, including any on-going contracts. Include Contracting Activities/Agencies, contract numbers, contract value, contract period of performance, number of labor hours provided during the period of performance, the number of locations covered by each contract, whether your company served as a prime contractor or subcontractor, and a point of contact at the contracting activity who can verify the information you provided. Item 3. A description of how you would staff the necessary positions similar to those identified in Attachment B, Labor Category Descriptions, with suitable, experienced, qualified, trained personnel. Include in your description whether you would staff these positions through current in-house staff, through staff augmentation, or through subcontractors. If subcontractors will be used, please provide an estimate of the percentage of the work that would be done by subcontractors. If through staff augmentation, please provide specifics on how you will augment your existing staff. Item 4. Identify your current facility clearance and how you would ensure the privacy of confidential and personal information. Item 5. A description of your company's suitability to support a wide range of requirements in scope and complexity of task. The contractor must have the capacity to: 1. Provide appropriate and effective supervision to the contractor workforce. 2. Provide required and/or periodic training to the contractor workforce. 3. Provide quality control regarding the support provided. 4. Track and accurately invoice for the hours worked and support provided. 5. Recruit and staff per the requirements relating to individual task orders. 6. Be cognizant of, and comply with, all applicable federal, state, and local labor laws and regulations (this is especially significant as it relates to non-exempt employees). 7. Identify, coordinate, and effectively address performance issues. 8. Coordinate with DOJ regarding security requirements and/or issues. 9. Execute business, operational, and administrative functions (human resources, payroll, IT, etc.). 10. Provide accurate oversight report information (positions ordered, positions filled, hours delivered, labor costs, travel costs, etc.). Item 6. Identify your company's ability to service claimants nationwide, in Puerto Rico and other U.S. territories, and in rare instances, worldwide. All submissions should be emailed no later than 12:00 p.m. on Monday, April 18, 2011 to Richelle Wright at Richelle.Wright@usdoj.gov Attachments: Attachment A: RFI Draft Statement of Work SOW Technical Exhibit 1-001 - Performance Requirements Summary Matrix SOW Technical Exhibit 1-002 - Sample Monthly Status Report SOW Technical Exhibit 5-001 - Historical Workload Data Attachment B: RFI Labor Category Descriptions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/PSS/DJJE-11-RFP-0721/listing.html)
- Record
- SN02416534-W 20110406/110404234549-f07e3efaf9f3ba03f7302e6ca8e60161 (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 |