The RFP Database
New business relationships start here

White House Communications Agency (WHCA) Personnel Security Specialist


Maryland, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

The White House Communications Agency (WHCA) has a requirement for two FTEs to organize and conduct complex and sensitive security investigations. Each FTE shall possess a minimum of three years' experience in all facets of personnel security investigations to include personal interviews, record reviews, outside agency file checks, and evaluation of personnel suitability for assignment to sensitive duties. Contractors must be able to obtain/maintain Presidential Support Duty/Yankee White (PSD/YW) clearance prior to and while performing the duties of this position. This position is being procured as full and open competition. ONLY VENDORS THAT CURRENTLY HOLD OR HAVE HELD AN UNREVOKED PRESIDENTIAL SUPPORT DUTY/YANKEE WHITE CLEARANCE WITHIN THE PAST THREE YEARS WILL BE CONSIDERED.


Disclaimer: This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This acquisition is issued as a Request for Quote (RFQ).


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03, dated 12 June 2019.


For purposes of this acquisition, the associated NAICS code is 561611. The small business size standard is $20.5M.


Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN 0001: The Contractor shall perform IAW the SOW, Quantity: 12, Unit of Issue: Months
CLIN 1001: The Contractor shall perform IAW the SOW, Quantity: 12, Unit of Issue: Months
CLIN 2001: The Contractor shall perform IAW the SOW, Quantity: 12, Unit of Issue: Months
CLIN 3001: The Contractor shall perform IAW the SOW, Quantity: 12, Unit of Issue: Months


CLIN 4001: The Contractor shall perform IAW the SOW, Quantity: 12, Unit of Issue: Months


Specifications/Requirement: See attached Performance Work Statement (PWS)


Delivery: The Period of Performance for this effort will consist of a base year and four one year options. The base PoP is 30 September 2019 - 29 Sep 2020. Option Year (OY) 1: 30 Sep 2020 - 29 Sep 2021, OY 2: 30 Sep 2021 - 29 Sep 2022, OY 3: 30 Sep 2022 - 29 Sep 2023, OY 4: 30 Sep 2023 - 29 Sep 2024.


Clauses:


I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None.


II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.


1. Technical Acceptability:
The technical acceptability element of the evaluation will be a determination as to whether the proposed services meet the performance characteristics and specifications in the solicitation, PWS, and DD254. Please note that in order to be deemed tehcnically acceptable, offerers must provide only candidates who currently have, or have held within the past three years, a Presidential Support Detail (PSD) security classisfaction of Yankee White.
The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors shall furnish as part of their proposal all descriptive material (such as security clearance documentation, resumes, or other information) necessary for the Government to determine whether the service meets the performance characteristics and specifications of the requirement.


2. Past Performance:
Past performance will be evaluated on the basis of acceptable/unacceptable and will be considered only after the technical quotation is determined acceptable. Acceptable means that based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable means that based on the offeror's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. In order to be considered acceptable, past performance information must be recent (within the past three years). Past performance information that fails this condition will not be evaluated.


3. Price:
Price will be evaluated based on the total proposed price, including options.


III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.


IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE.


V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:


FAR:
52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995)
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015)
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018)
52.222-3 CONVICT LABOR (JUN 2003)
52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018)
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26 EQUAL OPPORTUNITY (SEP 2016)
52.222-35, Equal Opportunity for Veterans (OCT 2015)
52.222-36 EQUAL OPPORTUNITIES FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-37, Employment Reports on Veterans (FEB 2016)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019)
52.222-54, Employment Eligibility Verification (Oct 2015).
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.224-3, Privacy Training (JAN 2017)
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (OCT 2018)


DFARS:
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)
252.204-7004, Antiterrorism Awareness Training for Contractors
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT
252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)
252.211-7007, Reporting of Government-Furnished Property
252.225-7050 DISLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUNE 2013)
252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014)


VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):


FAR:
52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)
52.204-24
52.204-25
52.217-5 EVALUATION OF OPTIONS (JULY 1990)
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
52.245-1 GOVERNMENT PROPERTY (JAN 2017)


DFARS:
252.201-7000, Contracting Officer's Representative (Dec 1991)
252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018)
252.239-7009, Representation of Use of Cloud Computing (Sep 2015)
252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992)


LOCAL INSTRUCTIONS:
SEE ATTACHMENT


VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) a: N/A.


VIII. The following notes apply to this announcement: NONE


This combined synopsis/solicitation response period closes on 20 September 2019, by 11:59 AM EDT. Any responses shall be submitted before that time to Anthony Langer at anthony.m.langer.civ@mail.mil AND to Catherine Abbott at catherine.k.abbott.civ@mail.mil.


For information regarding this solicitation, please
contact Anthony Langer at anthony.m.langer.civ@mail.mil AND to Catherine Abbott at catherine.k.abbott.civ@mail.mil.





Anthony M. Langer, Contract Specialist, Phone 3012254855, Email anthony.m.langer.civ@mail.mil - Catherine Kyle Abbott, Team Lead Contracting Officer, Phone 3012254054, Email catherine.k.abbott.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP