Search Contract Opportunities

Asset Forfeiture Program Support   2

ID: DJJE-10-RFP-0662 • Type: Sources Sought

Description

Posted: June 3, 2010, 3:24 p.m. EDT
RFP is now released.
Posted: Feb. 4, 2010, 1:58 p.m. EST
Summary: This Request for Information (RFI) is issued in support of the anticipated acquisition of the Department of Justice's Asset Forfeiture (AF) Program and Agency support for law enforcement related investigations (Solicitation No. DJJE-10-RFP-0662). This requirement will result in the award of an Indefinite Delivery/ Indefinite Quantity (IDIQ) contract for nationwide support services to support the Asset Forfeiture Management Staff (AFMS). Approximately 1,425 contractor personnel will provide clerical, analytical, legal, and administrative support at approximately 490 various DOJ offices around the country that are responsible for the administration of Federal Asset Forfeiture programs. At any given time, 2 -3% of the aforementioned positions may be part-time, the rest are full-time. It is anticipated that some contractor personnel will need access to Classified Information to perform the duties associated with this requirement. As such, respondents need to have a facility clearance that enables them to process secret and top secret clearances.

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 across DOJ Programs. 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 single 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 at Attachment A, the Labor Category Descriptions are at Attachment B, the Work Center Descriptions are at Attachment C and the Locations where contract support is currently required are at Attachment D. This Request for Information 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.

Instructions for All Businesses: Interested parties are encouraged to submit comments and suggestions related to the draft Statement of Work, Labor Categories, Work Center Descriptions and Work Locations. Please submit response in Microsoft Word or PDF format. All information submitted should consist of UNCLASSIFIED MATERIAL only. Information should not exceed five (5) one-sided 8 1 2 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 1-5 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 ten (10) one-sided 8 1 2 x 11 pages, with one inch margins, and font no smaller than 12 point. This brings the total page limitation for small businesses to fifteen (15) 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 Work Center 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 approximately 1425 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 level and provide security levels of employees that would be used to staff the positions.

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 work force
2. provide required and/or periodic training to the contractor work force
3. provide quality control regarding the support provided
4. track and accurately invoice for the hours worked and support provided
5. coordinate with on-site customers regarding requirements
6. recruit and staff per the requirements relating to individual customers/sites
7. 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)
8. identify, coordinate, and effectively address performance issues
9. coordinate with customers regarding security requirements and/or issues
10. execute business, operational, and administrative functions (human resources, payroll, IT, etc.)
11. provide accurate oversight report information (positions ordered, positions filled, hours delivered, labor costs, travel costs, etc.)

All submissions should be emailed no later than 2:00 p.m. on Thursday, February 18, 2010 to Garland Sharp at Garland.S.Sharp@usdoj.gov with copy to Richelle Wright at Richelle.Wright@usdoj.gov

Attachments:

Attachment A: RFI Draft Statement of Work
Attachment B: RFI Labor Category Descriptions
Attachment C: RFI Work Center Descriptions
Attachment D: RFI Locations

Overview

Response Deadline
July 6, 2010, 1:00 p.m. EDT (original: Feb. 18, 2010, 2:00 p.m. EST) Past Due
Posted
Feb. 4, 2010, 1:58 p.m. EST (updated: July 12, 2010, 12:06 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$20.5 Million
Pricing
Likely Time & Materials
Est. Level of Competition
Low
Odds of Award
19%
Vehicle Type
Indefinite Delivery Contract
On 2/4/10 Justice Management Division issued Sources Sought DJJE-10-RFP-0662 for Asset Forfeiture Program Support due 7/6/10. The opportunity was issued full & open with NAICS 541199 and PSC R.
Primary Contact
Title
Procuring Contracting Officer
Name
Richelle P. Wright   Profile
Phone
None

Secondary Contact

Title
Contracting Officer's Technical Representative
Name
Garland Sharp   Profile
Phone
None

Documents

Posted documents for Sources Sought DJJE-10-RFP-0662

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought DJJE-10-RFP-0662

Award Notifications

Agency published notification of awards for Sources Sought DJJE-10-RFP-0662

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought DJJE-10-RFP-0662

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought DJJE-10-RFP-0662

Similar Active Opportunities

Open contract opportunities similar to Sources Sought DJJE-10-RFP-0662

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > OFFICES, BOARDS AND DIVISIONS > JMD-PROCUREMENT SERVICES STAFF
FPDS Organization Code
1501-POS01
Source Organization Code
500025524
Last Updated
June 29, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 29, 2019