SOURCES SOUGHT
R -- Asset Forfeiture Administrative Support Services
- Notice Date
- 3/5/2025 12:21:07 PM
- Notice Type
- Sources Sought
- NAICS
- 541199
— All Other Legal Services
- Contracting Office
- JMD-PROCUREMENT SERVICES STAFF WASHINGTON DC 20530 USA
- ZIP Code
- 20530
- Solicitation Number
- 15JPSS25N00000040
- Response Due
- 3/19/2025 1:30:00 AM
- Archive Date
- 04/03/2025
- Point of Contact
- Christina Y. Murray
- E-Mail Address
-
christina.murray@usdoj.gov
(christina.murray@usdoj.gov)
- Description
- The Procurement Services Staff on behalf of the Asset Forfeiture Management Staff is issuing this Sources Sought as a means of conducting market research to identify parties having an interest in and the resources to support the Asset Forfeiture Administrative Support Services requirement. The Contractor shall provide services to support the asset forfeiture process from the identification of specific assets for possible seizure, through the seizure, management, disposition, and post-disposition accounting and case closure. The Contractor shall also provide services to complete administrative and technical processing of assets for forfeiture. General office support is incidental to requirements to provide asset forfeiture support services and shall be minimal in scope of services ordered. Clerical, administrative, or professional support services may also be ordered for services to support projects that are related to a DOJ or other Federal agency law enforcement missions. If a different NAICS code is more suitable for this requirement, please provide the suggested NAICS code. The proposed award will be an indefinite delivery, indefinite quantity contract consisting of a 12-month base period with six (6) 12-month option periods. It is anticipated that a final solicitation will be posted by mid-May 2025. Procurement History: Vendor: Forfeiture Support Associates (FSA) Current Contract: 15JPSS20D00000071 THIS IS NOT A REQUEST FOR PROPOSAL OR BIDS: This Sources Sought is for informational purposes only. It does not constitute a solicitation and shall not be construed as a commitment by the Government for any purpose. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this notice is strictly voluntary. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than March 19, 2025 at 4:30 PM ET. All responses to this Sources Sought shall be e-mailed to christina.murray@usdoj.gov. REQUIRED CAPABILITIES: Demonstrate your company�s experience providing asset forfeiture administrative support services for same or similar requirement within the past three (3) years as a prime contractor? Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, provide details. What specific technical skills does your company possess which ensure capability to perform the tasks? Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-4, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. If applicable, provide an explanation of your company�s ability to perform at least 50% of the tasking described in the Statement of Work (SOW) for the base period as well as the option periods. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, UEI number, etc. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. Does this SOW provide sufficient information for you to bid? If not, what additional information is required? Are there any ambiguities that need clarification? If so, please identify them clearly. Are the standards of performance clear? Is the vendor aware of any other contract vehicles such as the General Services Administration (GSA) Schedules or Government-Wide Acquisition Contracts (GWACs) that could satisfy this requirement?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/25fbe647421b4da48036c47538167c41/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07362408-F 20250307/250307070542 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |