FBI Adjudication

expired opportunity(Expired)
From: Federal Government(Federal)
ACF22ORRXX

Basic Details

started - 11 Mar, 2022 (about 2 years ago)

Start Date

11 Mar, 2022 (about 2 years ago)
due - 17 Mar, 2022 (about 2 years ago)

Due Date

17 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
ACF22ORRXX

Identifier

ACF22ORRXX
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26939)ADMINISTRATION FOR CHILDREN AND FAMILIES (214)ACF OFFICE OF REFUGEE RESETTLEMENT (9)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Office of Refugee Resettlement (ORR)Source Selection/Market Research onAdjudication and Fingerprinting (Optional) Services for ORR Care Provider Employee ApplicantsTHIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY – NO AWARD WILL BE MADE FROM THIS NOTICEINTRODUCTIONThe Administration for Children and Families (ACF), Office of Refugee Resettlement (ORR) seeks a contractor to provide adjudication service and optional fingerprinting services in order to determine if applicants meet the requirements to work in the HHS/ORR care provider program.REQUIREMENT DESCRIPTIONThe Contractor shall provide adjudication services, and if requested fingerprinting and other background check services for ACF/ORR.  The contractor shall process and produce favorable/unfavorable background adjudication services using a set of pre-described standards provided by ORR. At minimum the contractor shall provide adequate documentation, use professional judgment, and review all available facts when conducting
adjudication services. Additional information provided in attached PWS.GENERAL INSTRUCTIONS:SUBMISSION:Responses shall be submitted electronically via email to Drena Vining and Karley Hoyt at drena.vining@acf.hhs.gov and Karley.hoyt@acf.hhs.gov . Responses shall be received on or before March 17, 2022 at 3:00 PM (EST).QUESTIONS:All questions shall be submitted electronically via email to to Drena Vining and Karley Hoyt at drena.vining@acf.hhs.gov and Karley.hoyt@acf.hhs.gov . The cut-off date and time for receipt of questions is Friday, March 11, 2022 at 12:00pm (EST). Questions received after this date and time may not be answered.SUBMISSION INSTRUCTIONS:RESPONSE PREPARATION COSTS:The Contracting Officer is the only individual legally authorized to commit the Government to the expenditure of public funds in connection with any procurement. This SS/RFI does not commit the Government to pay any costs for the preparation and submission of a response in response to this SS/RFI notice.GENERAL:All potential sources with the capability to provide the requirements referenced in this SS/RFI are invited to submit, in writing, sufficient information within the format limitation (listed below). This information must demonstrate the responder's ability to fulfill the requirements and be responsive to the technical questions in this SS/RFI, as indicated below.FORMAT:The response shall be clearly indexed and logically assembled. Font size shall be nosmaller than 12-point. The response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 10MB in size. Capacity Statements shall be no longer than ten (10) pages.CONTENT REQUIREMENTS:All information shall be confined to the appropriate volume. The requirements for each volume are shown below.Volume InformationVolume I Cover PageVolume II Capability Information(e.1) VOLUME I – COVER PAGE REQUIREMENTS: The cover page shall include the following information:SS/RFI Title & Number;Company Name;Company Address;Company Point of Contact (Name, Phone Number, email address)Company Data Universal Numbering System (DUNS) Number;Company Business Size;Company Business type (i.e., Large Business, Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Hub Zone Small Business, etc.).(e.2) VOLUME II – CAPABILITY INFORMATION REQUIREMENTS: Respondents shall provide a general capabilities statement to address the Requirements Description and provide no more than five similar contracts that your company has performed within the last three years that are of comparable size, complexity, and scope to this requirement. Please include the following information at a minimum:Contract Name;Contract Scope;Awarded Price/Cost;Government’s technical representative/Contracting Officer’s Representative (COR) and current e-mail address and telephone (or commercial point of contact equivalent);Describe your self-performed** effort (as either a Prime or Subcontractor). Describe self performed work in terms of dollar value and description; **Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided.A brief narrative that describes the details of each project and why it is relevant to this requirement, including difficulties and successes.5. DISCLAIMER:This SS/RFI notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time no solicitation exists; therefore, please do not request a copy of the solicitation.Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and other acquisition decisions are to be determined.Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SS/RFI. All costs associated with responding to this SS/RFI will be solely at the responding party’s expense.The government intends to issue a no cost contract

330 C ST, SW  Washington , DC 20201  USALocation

Place Of Performance : 330 C ST, SW Washington , DC 20201 USA

Country : United StatesState : District of Columbia

Classification

naicsCode 561611Investigation and Personal Background Check Services
pscCode R418Legal Services