Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2020 SAM #6833
SOURCES SOUGHT

99 -- Fingerprinting Services

Notice Date
8/12/2020 11:10:28 AM
 
Notice Type
Sources Sought
 
NAICS
561611 — Investigation Services
 
Contracting Office
U S ARMY DEPOT TOBYHANNA TOBYHANNA PA 18466-5079 USA
 
ZIP Code
18466-5079
 
Solicitation Number
PAN024374
 
Response Due
8/21/2020 2:00:00 PM
 
Archive Date
09/05/2020
 
Point of Contact
Kimberly M. Jurkiewicz, Phone: 5706157066, Jason E Granville, Phone: 5706158986
 
E-Mail Address
kimberly.m.jurkiewicz.civ@mail.mil, jason.e.granville.civ@mail.mil
(kimberly.m.jurkiewicz.civ@mail.mil, jason.e.granville.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Responses will be treated as information only and will not be used as a proposal. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the betaSAM site. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. The Army Contracting Command - Aberdeen Proving Grounds (ACC-APG), Tobyhanna Division, is conducting this RFI in order to identify potential small businesses that possess the required systems, expertise, capabilities and experience to support a Purchase Order for Fingerprinting Services at their own contractor site/location for Tobyhanna Army Depot (TYAD) employees and/or newly hired employees (please refer to Objective and Scope below).� If a resultant purchase order is issued, this will be issued by The Army Contracting Command - Aberdeen Proving Grounds (ACC-APG), Tobyhanna Division, 11 Hap Arnold Boulevard, Tobyhanna PA 18466. GENERAL REQUIREMENTS: The Government is seeking to identify potential small business concerns capable of satisfying this complete requirement at the contractor level under NAICS code 561611 (size standard $20.5M). Potential small business concerns should be able to provide Tobyhanna Army Depot (TYAD) Security Operations Branch (SECOPS) requires a contractor to augment fingerprinting services for the installation.� In case of equipment/system failures and/or hiring surges, the installation must ensure the timeliness and continuity of fingerprinting services for Army civilians, soldiers, contractors and tenants.� Fingerprinting is a required function in order to properly vet personnel for both suitability and national security positions.� � � Objective:� A contractor will provide fingerprinting services on behalf of the U.S. Government in order to provide relief during equipment/system failures and hiring surges.� � � Scope:� A contractor will utilize the Secure Web Fingerprint Transmission (SWFT) portal to digitally capture and transmit digital fingerprints to the Defense Counterintelligence and Security Agency (DCSA) and the Federal Bureau of Investigation (FBI).� TYAD Personnel must be able to schedule fingerprinting appointments with the contractor directly.� The contractor will provide instructions to SECOPS personnel on how TYAD personnel can schedule appointments.� The contractor must have at least one physical location within 35 miles of TYAD.� This location must be able to capture and transmit digital fingerprints.� Digitizing hard-copy fingerprint cards and transmitting through SWFT is not an acceptable alternative to digital capture and digital transmission.� The contractor must be able to generate/provide a report of those TYAD personnel who have scheduled a fingerprint appointment and those who have completed having fingerprints taken.� The contractor must have been approved by the SWFT Program Manager for the digital enrollment and online submission of electronic fingerprints.� Potential small business concerns are requested to provide information of their firm�s utilization of the Secure Web Fingerprint Transmission (SWFT) portal to digitally capture and transmit digital fingerprints to the Defense Counterintelligence and Security Agency (DCSA) and the Federal Bureau of Investigation (FBI).� Questions regarding this RFI can be e-mailed to: Kimberly Jurkiewicz Contract Specialist kimberly.m.jurkiewicz.civ@mail.mil Complete written responses to this RFI addressing the General Requirement capabilities are to be submitted to the above referenced e-mail address. Respondents should include the following business information with the RFI response: Company name; Company address; Point of Contact; Telephone Number; E-mail address; Company Cage Code; Primary NAICS; Business Size; Current Registration in SAM; Web page address. DISCLAIMER �THIS RFI IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/89250a167a8b4da4bd252c7b03027486/view)
 
Place of Performance
Address: PA, USA
Country: USA
 
Record
SN05755649-F 20200814/200812230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.