Administrative Support Services
This is a Sources Sought Notice and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Federal Bureau of Investigation (FBI), Profess... This is a Sources Sought Notice and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Federal Bureau of Investigation (FBI), Professional Services Acquisition Unit (PSAU) (hereinafter PSAU), in support of the FBI’s Training Division, seeks to determine the availability and adequacy of potential sources to support acquisition of the requirements stipulated below. PSAU is especially interested in receiving capability statements from 8(a) Alaskan Native Corporations (ANCs), Native Hawaiian Organizations (NHOs) and/or Tribally Owned Contractors. Responses will be welcome from other Small Business, Certified 8(a), Certified HUB Zone, Economically Disadvantaged Women-Owned Small Businesses and Service-Disabled Veteran-Owned concerns, as well. Responses to this sources-sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The FBI PSAU is seeking sources to provide Program Analysis and administrative support services in support of the FBI’s Training Division in FBI facilities located in Quantico, VA. The Applicable North American Industry Classification System (NAICS) code for any future procurement for these services is 541611 “Administrative Management and General Management Consulting Services” and the standard size is $16.5 employees. Future contract Period of Performance will be five (5) years from date of award. For planning purposes, the Government is seeking responses from sources/vendors/companies capable of providing management analysis, photographic, space management, web development, and administrative support services as described herein. The work may encompass Management analysis, Adminsitrative assistance, photography, SharePoint Administration and Development and Content management. Sample duties for each labor category are as follows: Management Analysts shall assist in processing all conference and training event requests for the entire FBI and processing requests for every event occurring at the FBI Academy including scheduling, lodging and registration, transportation, concierge/customer service and photography. In addition, Management Analysts shall assist in analyzing data and identifying trends with participant responses and producing a detailed report that makes interpretation of data clearer for the program manager. The Management Analyst will also arrange and coordinate various aspects of the administrative and logistical support necessary for training sessions, i.e., registration/student check-in, lodging scheduling, transportation, lodging accommodations and the preparation of picture identification badges. The Executive Administrative Assistant is responsible for arranging and coordinating various aspects of the administrative support for the Front Office, e.g., calendar management, mail support, registration/student check-in, lodging scheduling, lodging accommodations and the preparation of picture identification badges. Duties include, but are not limited to, managing senior-level executive correspondence and route all mail, faxes, and correspondence to the appropriate recipient in a timely manner. Answering and/or routing all phone calls promptly and appropriately; helping executives manage a wide range of work items and provide clerical assistance to unit members as needed; preparing data charts depicting unit workloads or other requirements, as requested. Photographer will be responsible for photographing individuals, new agents and National Academy classes, in-service groups, special ceremonies, and any other occasions as required as well as new employees for FBI credentials. SharePoint Administrator and Web Developer shall administer and build SharePoint/web pages for the FBI’s TD. Duties include but are not limited to coordinating with the FBI’s Information Technology Operations Division (ITOD)to ensure appropriate accesses are obtained for web development; developing front-end web pages using XHTM, HTML, XML, CSS, SharePoint and a variety of additional software programs; researching and troubleshooting any identified issues; recommending effective and creative uses of technology to enhance customer’s needs; identifying, communicating, demonstrating and applying best Web development practices that use current and developing design principles and technologies; and troubleshooting problems identified by users and communicating solutions and program changes to technical staff. Content Manager shall administer, build and maintain SharePoint/web pages for FBI’s TD. Duties include, but are not limited to, maintaining existing SharePoint sites/solutions; building new SharePoint solutions (sites, lists, libraries, etc.) as needed; integrating enterprise content with SharePoint to include content formatting, personalization, workflow and permissions management; troubleshooting problems identified by users and communicate solutions and program changes to technical staff; recommending products, innovations, and process changes to improve quality of service delivery and management of current SharePoint. The Content manager will be responsible for the SharePoint site customization, scripting, and web page creation of approved designs; as well as maintaining and developing standardized SharePoint architecture that meets or exceeds all security, permissions, portal access, collaboration, and features requirements approved by the client, and act as a content manager for various Training Division sites when requested to make changes. No telephone calls will be accepted requesting a bid package or solicitation and all questions and responses must be submitted via email. To protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made. Responses are to be sent via email to tspotts@fbi.gov by 5:00 pm EST on 30 December 2021. Comments will be shared with the Government and the project team, but otherwise will be held in strict confidence. Responses may be in any format, but should include the following: 1. Company name, address, phone number and the name and email address of the point of contact. 2. Indicate business size in relation to the NAICS code 541620 Provide your company's System for Award Management (SAM) Cage Code and DUNS number to verify your business status as a qualified Small Business (SB)1, Service-Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of bid/proposal due date. Please see https://www.sam.gov/portal/SAM/ for additional registration information. (Indicate all applicable classifications and, if self-certified). 3. Identify Joint Ventures (Business Name, Business Size and Cage Code of JV). 4. Indicate the primary nature of your business. Please provide a description of the services your company provides as it relates to the description of work provided in this notice and provide verification of your firm's ability to support the geographic locations identified in this notice. 5. Provide up to two (2) examples of projects, for which your firm was the prime contractor similar to requirements described above that have been completed within the past five (5) years. Narratives should include types of work, project references (including owner with phone number and email address), and size of projects. 6. Please provide a brief description of relevant experience to include contract number, types of services, dates of the contract performance, value of the contract, and number of awarded task orders. Responses shall not exceed 5-pages (12-point font minimum). Tables charts, graphs, etc., will not count toward the page count total. THIS REQUEST FOR INFORMATION OR "SOURCES SOUGHT" SHALL NOT BE CONSTRUED AS A REQUEST FOR PROPOSAL. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION.
Data sourced from SAM.gov.
View Official Posting »