Inactive
Notice ID:70RDA224RFI000003
Rev 1: The Request for Information is revised to remove the following: "This is a Labor Hour (LH) best value Task Order. It is anticipated that it will be established as a Sole Source Procurement. The...
Rev 1: The Request for Information is revised to remove the following: "This is a Labor Hour (LH) best value Task Order. It is anticipated that it will be established as a Sole Source Procurement. The CIS Ombudsman anticipates making a single contract and issue task orders for each task area based on fixed labor category rates and quantities." Pending the results of market research, the Government anticipates issuing a competitive solicitation and awarding a single task order for these services. A sole source task order award is not anticipated. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and market research planning purposes. This RFI shall not be construed as an obligation on the part of the Government. This is NOT a Request for Quotations or Proposals. No solicitation document exists, and the Government may or may not issue a formal solicitation as a result of the responses received to this RFI. The Department of Homeland Security (DHS) Office of Procurement Operations (OPO) intends to issue a solicitation and subsequently award a task order to provide Mission Support Services in the following areas: call center support, data entry tasks, customer service tasks, administrative tasks, policy tasks, public engagement tasks and strategic planning tasks in support of Citizenship and Immigration Services Ombudsman (CISOMB). CIS Ombudsman supports the DHS Mission 3 to effectively enforce and administer U.S. immigration laws. It is important that the contractor understand the relationship between CIS Ombudsman and USCIS. See attached RFI No. 70RDA224RFI000003. Planned Set-Aside: To be determined. Anticipated Period of Performance: 08/30/2024 through 8/29/2029 Place of Performance: The primary place of performance will be within the Washington Metropolitan Area. The contractor shall be based within a 50 mile radius of the National Capital Region (NCR).