Maryland Bids > Bid Detail

Forensic Document Examiner - Request for Information

Agency: TREASURY, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159548673298880
Posted Date: Apr 4, 2024
Due Date: Apr 9, 2024
Solicitation No: RFI-TGT-24-077
Source: https://sam.gov/opp/3ed4b57321...
Follow
Forensic Document Examiner - Request for Information
Active
Contract Opportunity
Notice ID
RFI-TGT-24-077
Related Notice
Department/Ind. Agency
TREASURY, DEPARTMENT OF THE
Sub-tier
BUREAU OF THE FISCAL SERVICE
Office
ARC DIV PROC SVCS - TIGTA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 04, 2024 11:07 am EDT
  • Original Response Date: Apr 09, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B529 - SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Beltsville , MD 20705
    USA
Description

Reference/Notice Number (if applicable): RFI-TGT-24-077



Project Title / Short Description: Forensics Document Examiner



PSC code: B529



NAICS Code: 541512



Release Date: April 4, 2024



Response Date: April 9, 2024



Primary Point of Contact: KZ/JS RFI-TGT-24-077



Contact Information for Primary Point of Contact: purchasing@fiscal.treasury.gov



Secondary Point of Contact (optional): None.



Description:



This is a Small Business Sources Sought notice (hereinafter Notice). This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor a promise to issue a solicitation in the future. The purpose of this notice is to obtain information regarding the availability and capability of qualified small business sources (e.g. HUBZone small business; service-disabled veteran-owned small business (SDVOSB); 8(a) small business; veteran-owned small business; woman-owned small business (WOSB), including economically disadvantaged women-owned small business (EDWOSB) or small disadvantaged business concerns) for this potential requirement.



Additionally, responses to this Notice will assist the Government in determining whether or not a set-aside is possible.



To qualify as a small business the NAICS code for this Notice is 541990 with a size standard of $19.5 Million. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this Notice.



Detail Statements:



The Treasury Inspector General for Tax Administration (TIGTA) was established under the Internal Revenue Service (IRS) Restructuring and Reform Act of 1998 to provide independent oversight of IRS activities. TIGTA promotes the economy, efficiency, and effectiveness in the administration of the Internal Revenue laws. It is also committed to the prevention and detection of fraud, waste, and abuse within the IRS and related entities.



TIGTA Forensic and Digital Science Laboratory (FDSL) is staffed with one qualified Forensic Document Examiner (FDE) which provides forensic support services for TIGTA Special Agents. Nevertheless, the FDSL does not currently maintain a sufficient staff of personnel to meet the current and anticipated demand for forensic examinations. TIGTA requires contractor support to fulfill its duties to accomplish its mission. The TIGTA FDSL is currently experiencing and is expecting higher than normal case load demands due to the Inflation Reduction Act and demands for forensic examinations.



TGT has interest in and is seeking small business vendors or “Contractor” capable of providing a Forensic Document Examiner. This contract will be used to fulfill the need for additional FDE support. The FDE shall be available for use to provide the full range of forensic examinations processed by the FDSL. TIGTA anticipates that the FDE will be used to provide the following services as a qualified Forensic Document Examiner to address the case load demands of the laboratory.



The contactor shall complete forensic case work in an accredited forensic science lab and be capable of independently working on all types of forensic case work to include:




  1. Handwriting analysis and comparison;

  2. Signature analysis and comparison;

  3. Print process identification;

  4. Ink comparison;

  5. Examination of documents for alterations;

  6. Examination of documents for counterfeit determination;

  7. Examination of rubber stamps; and

  8. Paper examinations.



The contractor shall have extensive experience with and be capable of operating forensic equipment normally found in the TIGTA forensic science laboratory to include: Video Spectral Comparator; Electrostatic Detection Apparatus; Digital microscope; and Alternate light sources.



The contractor personnel shall have experience in performing all types of document identification and examination to ensure professional treatment of evidence and related document problems. Contractor personnel shall have experience in receiving evidence and maintaining the integrity of the evidence and accurately completing a chain of custody and safeguarding evidence to be used in trial, hearing, etc. The contractor personnel shall have experience in determining the general approach and appropriate methodology necessary to effectively and reliably examine evidence and using established scientific techniques using laboratory equipment. The contractor personnel shall have experience performing and completing laboratory examination using visual, microscopic, photographic, and electronic imagery techniques and the ability to interpret and evaluate the results obtained to determine, validity, scientific significance, and evidentiary value. The contractor personnel shall have experience in preparing laboratory reports and making oral presentations to state the results of examination, interpretation of results, and conclusions drawn accurately and concisely. The contractor personnel shall have experience in preparing photographic charts or exhibits for use in illustrating and explaining testimony before a court of law and have prior experience in providing testimony and/or depositions. The contractor personnel shall have prior experience providing testimony in a U.S. Court of law and either maintain personal certification or have been previously certified.



Minimum education/experience:




  • Contractor personnel shall have a Bachelor’s degree in: science, technology, engineering or math or a related field with a minimum of ten (10) years experience.




  • Personal certification (past or present) with the following organizations is required: the American Board of Forensic Document Examiners and/or the American Society of Questioned Document Examiners.



How to Submit a Response.



The point of contact for this Notice is: purchasing@fiscal.treasury.gov



Email responses to this Notice shall be sent to the attention of individual(s) listed in this Notice.



Due date and time for responses is April 7, 2024, at 3:00 PM ET.



Responses should be limited to 10 pages; and the file format and type should be the following:




  • Microsoft Word 2007 or above

  • Spreadsheets: Microsoft Excel 2007 or above

  • Main Text: Arial, font size 11

  • Table/Figure: Arial, no smaller than font size 9

  • Table/Figure title: Arial, no smaller than font size 9

  • Margins: Top, bottom, right, and left: No smaller than .75”

  • Header and footer shall fall within the .75” margin and contain the date, page number, and company name.

  • Page size: Letter, 8.5”x11”



Terms and Conditions regarding this Notice:



This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. All costs associated with responding to this Notice are solely at the responding party's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in the Government Point of Entry or other similar source (GSA e-Buy). However, responses to this notice will not be considered adequate responses to a solicitation.



Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation if one is issued.



No proprietary, classified, confidential, or sensitive information should be included in responses to this Notice, unless otherwise appropriately marked by the Respondent. The Government reserves the right to use any non-proprietary technical information received in response to this Notice in any resultant solicitation(s).



Do Not Submit any Proposals/Offers in response to this Notice.



Place of Contract Performance: The Contractor shall perform the work at TIGTA’s offices in Beltsville, MD, 12119 Indian Creek Court, Beltsville, MD 20705. While remote or telework may be available, details would need to be approved in advance by the Government.




Attachments/Links
Contact Information
Contracting Office Address
  • 200 THIRD STREET
  • PARKERSBURG , WV 26101
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 04, 2024 11:07 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >