SOURCES SOUGHT - THIS REQUEST FOR INFORMATION (RFI) IS RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10, MARKET RESEARCH.
DISCLAIMER - This RFI is issued solely for information and planning purposes. This notice should not be construed as a commitment by the Government for any purpose other than market research. This announcement is for information and planning purposes only and does not commit the Government to any contractual agreement. The Government is not seeking proposals and will not accept unsolicited proposals.
No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.
Respondents will NOT be notified of the results of the analysis. All data received in response to this Sources Sought synopsis that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with all applicable Government regulations. All documentation shall become the property of the Government and will not be returned.
INTRODUCTION - This notification is provided to survey the contractors under the GSA Schedule 84: TOTAL SOLUTIONS FOR LAW ENFORCEMENT, SECURITY, FACILITIES MANAGEMENT, FIRE, RESCUE, CLOTHING, MARINE CRAFT AND EMERGENCY/DISASTER RESPONSE, SINs 246 35 7; 246 60 5 and Schedule 70 GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY EQUIPMENT, SOFTWARE, AND SERVICES, SIN 132 62 that have the capabilities and qualifications to perform the work outlined in the draft Performance Work Statement (PWS), attached. Contractors may submit questions and comments regarding the attached draft PWS.
Contractors who believe they can meet the requirements outlined in the attached draft PWS, should respond by indicating their interest and providing sufficient information to demonstrate their capability. Responses should include a capability statement as well as a summary of the firm's experience providing this type of service. The information should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement by providing clear and comprehensive information supporting the company's qualifications. Each response must also include the following information:
(1) Company Name, Address, CAGE Code and DUNS Number
(2) Point of Contact Name, Telephone Number and E-mail Address
We encourage all businesses, to include small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement.
Interested sources are invited, and encouraged, to review the attached draft Performance Work Statement (PWS) and respond to this Sources Sought announcement. Interested vendors shall provide responses to the following questions with respect to interest, unique capabilities and the proposed contract/acquisition strategy.
1. A description of your capability to meet the Government's requirements mentioned in the PWS to include the requirement that system installers possess an Identiv certification.
2. Does your firm currently employ personnel with security clearance to access Government facilities and classified areas who also possess the technical expertise in electronic security systems to adequately perform the tasks required?
3. The IRS intends to approach this requirement as Firm-Fixed Price. What information is lacking, or ambiguities present, that would if not provided or clarified would result in higher prices.
4. Does the company intend to employ the use of sub-contractors to accomplish tasks or will the work be done solely by the company awarded the contract?
5. Does the company have the ability to handle multiple projects at multiple geographically dispersed locations simultaneously within period of performance.
6. Has your firm ever (or currently) performed this type of work for the Internal Revenue Service in the past? If so, please identify the period of performance and provide contract number(s) for contracts over $5M.
7. If you are a large business, what percentage of the work would you do with your firm's employees and what percentage of the work would you subcontract? If subcontracting opportunities are available, do you anticipate any difficulties in subcontracting with 8(a), small business, veteran-owned small business, service-disabled, or women-owned small business concerns?
8. Are you familiar with any of the following regulations governing computer security within the US Government:
• Homeland Security Presidential Directive 12 (HSPD-12)
• The Federal Information Security Management Act (FISMA) 2014
• Public Law 113 - 283
• Federal Information Processing Standard (FIPS) 201-2
• NIST Special Publications 800 series
9. Provide any questions or comments you may have (not included in 5-page limitation)
This information will be utilized for preliminary planning purposes within the Department of Treasury, Internal Revenue Service to facilitate the decision-making process and will not be disclosed outside the agency
Responses to this Sources Sought announcement will be used to make appropriate acquisition decisions. After review of the responses, and once the Government proceed with the acquisition utilizing FAR Subpart 8.4 procedures, a solicitation announcement will be published via GSA's electronic buying system, e-Buy.
Note: The government expects the final RFQ to be very similar to the draft PWS and is expected to be release within a reasonable time after the closing of this RFI. It is anticipated that this will be a Firm-Fixed Price procurement. It is highly recommended that contractors be proactive and prepare accordingly.
No telephone calls will be accepted requesting a proposal package or solicitation. There is no proposal package or solicitation at this time. In order to protect the Government's integrity of any future procurement, if any, which may arise from this Sources Sought announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.
RESPONSES - Responses to this notice shall be submitted electronically to Sandra.R.Anderson@irs.gov no later than 4:00 pm, Friday, May 24, 2019 EST. All emails submissions must be less than 5MB. Responses shall not exceed 5 pages and shall not contain any brochures, advertising or any other type of extraneous, graphic literature or documents that have not been requested and are not relevant or essential in demonstrating the company's ability to provide the required services. Vendors may provide links to relevant websites, as appropriate.
Vendors may submit questions regarding this notice however, the IRS does not guarantee that any responses will be provided. Questions shall be submitted by e-mail. Telephonic inquiries will not be accepted.
Vendors shall reference "IRS Physical Access Control System - 2019" in the subject line of their response as well as in the subject line of any other e-mail correspondence referencing this notice.
** THE GOVERNMENT WILL NOT RESPOND TO PHONE CALLS. **