SOURCES SOUGHT
D -- Cryptocurrency Management and Disposal Services
- Notice Date
- 9/20/2018
- Notice Type
- Sources Sought
- NAICS
- 522320
— Financial Transactions Processing, Reserve, and Clearinghouse Activities
- Contracting Office
- United States Marshals Service, Asset Forfeiture Division, CG3, 9th Floor, Washington, District of Columbia, 20530-1000, United States
- ZIP Code
- 20530-1000
- Solicitation Number
- DJM-18-AFD-0007
- Point of Contact
- Freddie L. Everett, , Stacey Bivians,
- E-Mail Address
-
Freddie.everett@usdoj.gov, catherine.bivians@usdoj.gov
(Freddie.everett@usdoj.gov, catherine.bivians@usdoj.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Background The United States Marshals Service (USMS), a principal law enforcement agency within the United States Department of Justice (DOJ), is a key component within the Department's Asset Forfeiture Program (AFP). The primary mission of the DOJ AFP is to employ asset forfeiture authority in a way that enhances public safety and security. This is accomplished by dismantling organized crime and removing financial incentives from criminals through the seizure and forfeiture of assets that are either the proceeds of, or were used to facilitate, federal crimes. Such assets include real estate, commercial businesses, cash, financial instruments, vehicles, jewelry, art, antiques, collectibles, vessels and aircraft. Purpose The USMS is seeking demonstrated expertise in the storage, management, and disposal of virtual currency and tokens. This Request for Information (RFI) is being issued to ascertain if sources exist that are capable of providing such services both nationwide and internationally for a recurring inventory of seized and forfeited virtual currency in USMS custody. Submissions The Government reserves the right to use the information submitted in response to this RFI at its sole discretion, and is under no obligation to acknowledge receipt or provide feedback with regard to any submission. Proprietary, classified, confidential, or sensitive information should be excluded from your response as all submissions become Government property immediately upon submission and will not be returned. This RFI is being issued solely for information and planning purposes and does NOT constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future; nor shall it be construed as a commitment by the Government to procure any services, or as authorization to incur any costs for which reimbursement would be required or sought. Furthermore, unsolicited proposals will not be accepted. A limited number of vendor presentation times will be made available to respondents who have adequately illustrated their capabilities and met the deadline for submission. The USMS will determine presentation time slots and assignments, and will schedule respondents accordingly. Vendors must confirm their presentation schedule and identify participants upon the USMS' request, a maximum of three representatives will be allowed. The USMS cannot guarantee that vendors unable to attend their scheduled presentation sessions will have an opportunity to present at another time. Each vendor will have approximately fifteen minutes to summarize their expertise, followed by a fifteen minute question and answer session as deemed necessary by the USMS. If you are interested in this opportunity, you must provide a capability statement addressing your company's ability to provide the related services. It is important interested sources provide a capability statement to: Stacey Bivians at catherine.bivians@usdoj.gov or Freddie Everett at Freddie.Everett@usdoj.gov via email. In addition to a capability statement, all interested parties need to ensure they have completed the initial questions to be submitted via SurveyMonkey link: https://www.surveymonkey.com/r/BQLX57K Although providing a response to this RFI will not automatically include you in the acquisition process, declining to do so does not preclude your participation in any future RFP, if one is issued. If a solicitation is released, it will be on the Federal Business Opportunities (FedBizOpps) website: https://www.fbo.gov, and/or the GSA E-Commerce Central website: http://www.gsa.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/BSDAFCT/DJM-18-AFD-0007/listing.html)
- Place of Performance
- Address: Asset Forfeiture Division, CG3, 9th Floor, Washington, District of Columbia, 20530-1000, United States
- Zip Code: 20530-1000
- Zip Code: 20530-1000
- Record
- SN05098095-W 20180922/180920231017-9d2c43ce32d6471e3bedc713cd09c1d0 (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 |