SOURCES SOUGHT
R -- Sources Sought for Credit Search Services - Draft Document
- Notice Date
- 8/23/2012
- Notice Type
- Sources Sought
- NAICS
- 561450
— Credit Bureaus
- Contracting Office
- Office of Personnel Management, Boyers Contracting Group, Boyers Contracting Group, 1137 Branchton Road, Boyers, Pennsylvania, 18018, United States
- ZIP Code
- 18018
- Solicitation Number
- OPM15-12-R-0005
- Point of Contact
- Walter J. Werner, Phone: 724-794-7173, James C. Thieme, Phone: (724) 794-7171
- E-Mail Address
-
walter.werner@opm.gov, james.thieme@opm.gov
(walter.werner@opm.gov, james.thieme@opm.gov)
- Small Business Set-Aside
- N/A
- Description
- Credit Search Draft Statement of Work The U.S Office of Personnel Management (OPM) Federal Investigative Services (FIS) has a requirement to provide credit searches for background investigations (BIs) to departments and agencies of the Federal Government for both civilian and military personnel. BIs are required to determine an individual's eligibility for access to classified information, assignment to or retention in positions with sensitive duties, or other designated duties requiring such investigations. These investigations often involve personal and intimate details of an individual's life and must be processed under the Privacy Act of 1974. Consumer credit reports are a mission critical piece in the investigative product and must be reported accurately and timely; to determine whether or not an individual is suitable for employment with the Federal Government or as a contractor with the Federal Government. Credit information is required in order for FIS to deliver investigative cases that meet Federal Investigative Standards. This is a sources sought notice for information and acquisition planning purposes. This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. The Government is performing market research primarily to determine who can provide consumer credit searches and related products in support of background investigations for FIS. All supplies, materials, and equipment necessary for the performance of work under this contract will be provided by the contractor(s). The work in general requires a high level of sophistication and technical capacity as anticipated advances in technology and processing innovations may significantly impact the manner in which the work is performed. The contractor(s) will receive requests for an individual's credit history through the transmission of batched records from FIS over a transmission link supplied by the contractor(s). The contractor(s) will be required to provide all labor, services, and material in accordance with the attached Statement of Work (SOW) and all applicable Government specifications and regulations. The attached SOW is in draft at this time and may change prior to issuance as part of the formal request for proposal. OPM intends to award to multiple vendors an Indefinite Delivery Indefinite Quantity (IDIQ) Contract with multiple firm fixed-priced task orders for the scope of the work specified. Interested vendors should submit a capabilities statement that demonstrates their capability to perform the services described herein. The capabilities statement must include: • Company name • Address • Business Size (small, small disadvantaged, women owned, HUB Zone, veteran-owned, service-disabled veteran owned, or other than small) [more than one category may be selected as applicable] • Point of contact (POC) information for the interested firm • Company technical capabilities The capabilities statement should identify past or current contracts and/or subcontracts that were awarded to your firm, listed by contract number, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. The Government will evaluate each respondent's capabilities statement to determine if the respondent has the requisite experience to compete for the requirements described herein. The North American Industry Classification System (NAICS) code for this acquisition is 561450. The corresponding SIC code is R611. The small business size standard is $7.0 Million. All interested parties are encouraged to provide information on their capabilities to meet this requirement. In order to be considered a potential source, interested parties must submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement specified above and advantages of the Government to consider another source. The documentation must include pricing and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Only written responses will be considered. All responses from responsible sources will be fully considered. The specific period of performance for a contract will be a base year and four option years. All prospective offerors must have a Commercial and Governments Entity (CAGE) code and must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Subpart 4.11 at the website: https://www.sam.gov/portal/public/SAM/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e5a7b56a2ba5c8ee12f62c92e22be536)
- Place of Performance
- Address: Boyers, PA, United States
- Record
- SN02852779-W 20120825/120824000919-e5a7b56a2ba5c8ee12f62c92e22be536 (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 |