Friday, December 09, 2005

ATF is seeking in-house background investigators in Washington D.C..

ATF is seeking in-house background investigators in Washington D.C..

General Information
Document Type: Combine Solicitation
Solicitation Number: Reference-Number-Batf-1207
Posted Date: Dec 07, 2005
Original Response Date: Dec 12, 2005
Current Response Date: Dec 12, 2005
Original Archive Date: Dec 27, 2005
Current Archive Date: Dec 27, 2005
Classification Code: R -- Professional, administrative, and management support services
Set Aside: Total Small Business
Naics Code: 561611 -- Investigation Services

Contracting Office Address
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226

Description
The Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF) has delegated authority to conduct personnel security background investigations on prospective ATF applicants, contractors, and other non-ATF personnel, as well as conducting periodic reinvestigations on all current employees. The purpose of these investigations is to determine suitability for employment and/or eligibility to access National Security Information. Background investigations are conducted in accordance with established Executive Orders 10450 and 12968, the Privacy Act of 1974, Office of Personnel Management regulations and these regulations are applied during administration of the personnel security program. Background investigations are also conducted in accordance with other relevant regulations and Department of Justice (DOJ) and ATF policies and procedures that will be made known to the Contractor.

ATF has established a contract background investigation program to contract these investigations out to trained and experienced investigators. Operational and administration aspects of the program are also contracted out to trained and experienced investigators or personnel security professionals, typically, though not exclusively, retired federal investigators who have at least 3 years of current experience in the administration of and/or conduct of personnel security background investigations. Contractors must possess sufficient investigative and administrative abilities to perform the tasks assigned to them by ATF.

Contractors must be computer literate and efficient in software programs that support email, word processing, and data entry, which are utilized in the administration of the personnel security program.

Contractors’ duties and work hours are dictated by the ATF workload and funding availability. Contractors are expected to be available to accept work as requested. Contractors will be paid at the rate of $53.00 per hour. The hourly rate will be reviewed on an annual basis and may be adjusted as determined by the increase of the Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI-W) as determined by the Bureau of Labor Statistics, Internal reviews of Contractor performance are conducted on a quarterly basis.

In compliance with ATF's specific invoicing procedures, Contractors must submit an invoice for payment detailing the number of hours worked. Such invoice will be subject to audit by ATF. Contractors must also execute a Contractor Certification that declares that any submission of a Contractor's invoice represents actual hours performed in accordance with requirements of the Statement of Work.

ATF may use the services of a third party contractor to provide administrative records and financial management services. This includes processing invoices and making payments for ATF designated contracts such as those for conducting background investigations. Consequently contractors are advised that the third party, rather than ATF, may provide actual payment for services rendered and accepted by ATF under any resulting contract.

Contractors must be willing to attend periodic conferences at selected locations within the United States. Conferences are usually limited to one per year.

Contractors will have access to ATF's computer network and will sign ATF P 7500.1, ATF Rules of Behavior and Customer Agreement for ATF Workstation Users. Contractors are required to successfully complete ATF Information System Security Awareness training each year.

Contractors shall submit to the performance of a Single Scope Background Investigation (SSBI). Favorable adjudication of the SSBI must be determined by ATF prior to access to ATF facilities and information. ATF will conduct an SSBI-Periodic Reinvestigation on contract investigators every five years.

Contractors must execute, and abide by the terms of a Non-Disclosure Agreement.

Contractors must be a certified contractor in the Central Contractor Register (CCR), for payment via electronic funds transfer.

ATF intends to issue to multiple vendors Blanket Purchase Agreements (BPA) that will be available for placing calls/orders through September 30, 2010. There is an initial solicitation with a closing date of December 12th, 2005. All responses will be evaluated and a sufficient number of awards will be made to the most advantageous (most highly rated) companies. ATF's objective is to provide a sufficient number of sources, geographically distributed, to ensure prompt and efficient performance of background investigations. Because ATF's needs are dynamic, ATF anticipates a requirement to periodically add new contractors to the pool. Therefore, ATF will retain offers received after the initial closing date and continually accept new responses for future consideration. ATF will acknowledge receipt of offers and evaluate them for award when the need arises.

Vendors selected from their responses to this solicitation will be offered a BPA. A BPA is not a contract. A BPA is a simplified method of procuring quantities of supplies or services that selected vendors are in a position to furnish and eliminates the need for more complex acquisition methods. There will be no minimum or maximum guaranteed quantity. All calls/orders must be acknowledged and accepted by the selected vendor, or the call will be transferred to another vendor. Calls/orders may be competed among all vendors at the same time, upon the discretion of the ATF representative. The North American Industry Classification System Code (NAICS) is 561611 Investigation Services, and is the appropriate designation required by the CCR.

The following clauses and provisions are incorporated and are to remain in full force: FAR Part 52.212.1 Instructions to Offeror Commercial Items (Oct. 00) is incorporated by reference, applies to this acquisition. Clause 52.212-2 Evaluation-Commercial Items (Jan 99) Evaluation. Each Offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; and proof that FAR 52.212-4, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial has been read and fully understood. A copy of the Offeror Representations and Certifications-Commercial Items; FAR 52.212-3 can be found on the web at http://www.publicdebt.treas.gov/oa/oa52-212-3.doc or you may submit a request to siadministration@atf.gov.

EVALUATION AND SELECTION CRITERIA.

Capability of the Vendor.
ATF will consider BPAs to vendors, as needed, on a pass/fail basis, based on past performance and experience, and the vendor's acceptability (the acceptance of ATF terms and conditions including the hourly rate). All vendors must submit complete responses, must be able to obtain a favorably adjudicated Single Scope Background Investigation and must be willing and able to obtain a Dun and Bradstreet number and register with the Central Contractor Registration. These are mandatory requirements and any firm will be eliminated that fails to comply. Vendors will be initially screened on a pass/fail basis for acceptability. Vendors rated as 'passed' will be awarded points for past performance and experience. Vendors with an overall score of at least 54 points and that meet the mandatory requirements will be considered for issuance of a BPA and award will be made to those companies receiving the highest scores. At least 30 points must come from Offeror Demonstrated Experience/Capabilities and 24 must come Vendor Qualifications.

a. Experience/Capabilities (45 Points): Experience is the opportunity to learn by doing. A minimum of three years combined experience as either a personnel security specialist or an investigator conducting personnel security background investigations is recommended. ATF will evaluate each vendor's experience on the basis of its breadth, depth, and relevance to the work that will be required under the prospective BPA. Evaluators will consider the years of experience conducting and/or administering personnel security background investigations in the federal environment, as well as computer proficiency. ATF may assess the vendor's communication and written skills, and familiarity with directives governing the conduct of background investigations through an interview. (30 points minimum).

b. Qualifications/Past Performance (40 Points): Past performance is a measure of the degree to which a vendor satisfied its customers in the past and complied with laws and regulations. ATF may contact some of the vendor’s customers to ask whether or not they believe (1) that the vendor was capable, efficient, and effective; (2) that the vendor’s performance conformed to the terms and conditions of its contract; (3) that the vendor was reasonable and cooperative during the performance; and (4) that the vendor was committed to customer satisfaction. In evaluating past performance, ATF may contact some of the references provided by the vendor and other sources of information, including, but not limited to: other government agencies, better business bureaus, published media, and electronic databases. (24 points minimum).

Contractors with recent ATF experience will be evaluated on the performance they provided to ATF. ATF will consider performance that contractors have previously rendered to ATF to be more influential than past performance rendered to another source.

c. Acceptability. ATF will determine the acceptability of each vendor offer on a 'pass' or 'fail' basis. A vendor’s offer is acceptable when it manifests the vendor's assent, without exception, to the terms and conditions of the solicitation, including attachments and amendments (if any). If a vendor takes exception to any of the terms and conditions of the scope of work, ATF will consider its offer to be unacceptable. Vendors wishing to take exception to the terms and conditions stated are strongly encouraged to contact the Contracting Officer before doing so.

If a copy of the Statement of Work is required in order to respond to this solicitation, please submit a written request via email to siadministration@atf.gov. Anyone wishing to respond to this solicitation should submit a current resume with his/her social security number, as well as all the requested information within the content of this solicitation. This solicitation will be open throughout the period of this BPA. All proposals received after August 26th, 2005, will be evaluated on a continual basis as needs dictate. All responsible sources may submit an offer of interest throughout this time period. Only written requests received directly from the requestor are acceptable. (No phone calls will be accepted).

Proposals are to be submitted via mail at 650 Massachusetts Avenue, NW, Room 2474, Washington, DC 20226, or via email to siadministration@atf.gov and must contain all of the required information. Point of Contact: Chief, Personnel Security Branch.

Point of Contact
James Huff, Contracting Officer, Phone 202-927-7721, Fax 202-927-7311, Email James.Huff@atf.gov

Place of Performance
Address: 650 Massachusettes Avenue NW Washington, DC
Postal Code: 20226
Country: USA

No comments: