This Request for Quotation (RFQ) by the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) outlines the requirements for Field, Background-Investigative Services. The RFQ, identified as 15A00025Q00000069, was issued on June 15, 2025, with a closing date for quotations on June 15, 2030. It anticipates multiple-award Basic-Ordering Agreements (BOAs) for these services, estimated at 2,400 hours/points per year per awardee at $50 per point. A significant portion of the document details stringent personnel security requirements, including Agency-Specific Qualifications (ASQs) covering drug policy, financial interests, financial responsibilities, prohibited persons, residency/citizenship, Selective Service registration, and Homeland Security Presidential Directive 12 (HSPD-12) compliance. It also addresses temporary eligibility, reciprocity for prior federal background investigations, and comprehensive self-reporting requirements for contractor employees, especially those with access to National Security Information (NSI) at Secret, Top Secret, or Top Secret/Sensitive Compartmented Information (SCI) levels. The document also includes clauses for electronic invoicing, notice of delays, confidentiality of information, and government-furnished property, emphasizing the contractor's obligation to safeguard sensitive ATF information and adhere to strict security protocols.
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) issued Amendment 0001 to Solicitation 15A00025Q00000069 for field, background-investigative services. This amendment updates the true issue date to June 16, 2025, and revises sections 4.3 and 4.4, including instructions for offerors and additional information. The solicitation seeks multiple Basic Ordering Agreements (BOAs) for a five-year period, with services paid on a point basis (valued at $50 per point). Contractors must meet specific qualifications, including a college degree or equivalent experience, and undergo a favorably adjudicated Tier-5 background investigation. The ATF will provide laptops and credentials, but contractors must use their own facilities and vehicles. Compensation includes standard investigative points, priority and administrative points, and reimbursement for mileage and approved travel expenses. The RFP will remain open until June 15, 2030, and responses are encouraged from various geographical locations, including priority cities.
This government file, Amendment 0002 to Solicitation Number 15A00025Q00000069, outlines modifications for the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) Request for Quotations (RFQ) for field, background-investigative services. The amendment details specific changes: updating the page count for an attachment, adding phrases to sections 19.0 and 4.3 of the Statement of Work (SOW), removing clause #ATF-50, and updating the attachment for email-received questions. The RFQ aims to establish multiple Basic Ordering Agreements (BOAs) for a 60-month period, with an estimated value of $600K per BOA. Contractors will conduct personnel security background investigations for ATF and must meet specific qualifications, including at least three years of experience and a college degree. Key requirements include mandatory training, a Tier-5 background investigation, the issuance of ATF credentials and Personal Identity Verification (PIV) cards, and the use of ATF-issued laptops. Payment will be on a point basis ($50/point), with additional points for priority cases and administrative tasks. The solicitation emphasizes adherence to federal regulations, policies, and continuous performance monitoring. The NAICS code for this 100% set-aside acquisition is 561611, Investigation and Personal Background Check Services, with a $25M size standard.
Amendment 0003 modifies Solicitation Number 15A00025Q00000069, issued by the ATF Acquisitions Management Division, effective September 12, 2025. This amendment updates several sections of the Request for Quotations (RFQ) for Field, Background-Investigative Services. Key changes include removing the requirement for offerors to sign SFs 18 & 30 and fill in FAR clause #52.223-22, replacing FAR clauses #52.212-3 & 52.212-5 with their deviations, and exchanging FAR clause #52.222-53 for a set of other clauses. Additionally, Sections 2.8, 5.0-7.0 & 17 of the Statement of Work and the "Mileage" section of the "Points and Payments Schedule" are updated. The solicitation anticipates multiple-award Basic-Ordering Agreements (BOAs) for an estimated 2,400 hours/points per year per awardee at $50 per point. The BOA has a 60-month/five-year period of performance, and resulting orders will be firm-fixed price with direct reimbursement for travel. Contractors must meet specific qualifications, adhere to ATF policies, and undergo a Tier-5 background investigation. This amendment ensures compliance with updated regulations and clarifies contractor responsibilities.
This government file outlines the requirements for a federal contract opportunity, likely related to background investigations, structured into six factors: Past Performance Survey, Qualifications and Experience, Capabilities, Acceptability, Location, and Price. The Past Performance Survey requires detailed contract information, including organization, contact, contract number, project title, dates, type, value, schedule, scope, complexity, and the offeror's role. The Qualifications and Experience section focuses on education, federal background investigative or specialized investigative experience, training, understanding of federal BIs, tiered investigations, Tier-5 BI coverage, and personally identifiable information. Capabilities assess abilities in implementing policy changes, managing priorities, and communication skills, requiring examples. Acceptability includes yes/no questions on IT knowledge, Tier-5 BI eligibility, SAM registration, adherence to PSD's Contractor Certification, ATF training, NDA compliance, safeguarding equipment, reporting standards, and willingness to travel. Location asks about proximity to a priority city, while Price asks for agreement to ATF's predetermined rates. This comprehensive structure aims to evaluate potential contractors thoroughly across various essential criteria for government services.
This document, "ATTACHMENT 2 TEMPLATE for QUESTIONS re DJA-25-APSD-PR-0035 (15A00025Q00000069) for Field, Background-Investigative Services," is a template designed for submitting questions related to a specific Request for Proposal (RFP) or solicitation. The RFP, identified as DJA-25-APSD-PR-0035 (15A00025Q00000069), pertains to field and background-investigative services. The template provides a structured format for interested parties to pose questions and receive official answers or responses from the responsible party, ensuring clarity and transparency in the procurement process for these services.
This document, "ATTACHMENT 2 - RESPONSES to QUESTIONS (Updated-2)" for RFQ #15A00025Q00000069, outlines the requirements and processes for submitting quotations for Field, Background-Investigative Services. It clarifies that submissions must be emailed to the Contracting Officer and SIAdministration@ATF.gov by 5:00 PM ET on June 15, 2030. Key submission components include signed SF 18 and SF 30 forms, completion of ATF-50 (though later removed), responses to a six-factor survey, examples of qualifications, a resume, and an interview if offered. The RFQ emphasizes that proposals are accepted from individual offerors registered in SAM, not businesses, and each individual must apply on their own merits. It also confirms that ATF will conduct its own background investigations regardless of existing clearances. The document addresses common questions regarding forms, provisions and clauses, submission deadlines, payment, training, and the review process for investigative reports, clarifying that a multi-award BOA is anticipated with a 60-month period of performance.
The document outlines the structure and requirements of a Past Performance Survey used in federal Request for Proposals (RFPs) related to background investigations. It specifies the data that must be provided for each contract, including organization details, contract specifics, performance dates, and issues encountered during the project's execution. Additional sections evaluate qualifications and experience, emphasizing education, specific investigative experience, training, and knowledge of federal background investigation processes, including the differences between investigation tiers.
The sections on capabilities and acceptability solicit self-assessments and confirmations from the offeror; their ability to follow directives, switch priorities, and communicate effectively are assessed through questions requiring specific examples. Finally, responses to queries regarding proximity to priority cities and agreement to pre-determined pricing are included, forming a comprehensive evaluation of potential contractors. This structured approach ensures that applicants demonstrate their competencies and readiness for compliance with federal investigative standards, thus maintaining high levels of accountability and integrity in public service contracts.
The document outlines a Past Performance Survey for contractors responding to a federal Request for Proposals (RFP). It includes multiple factors that need to be evaluated, specifically regarding the qualifications, experience, and capabilities of the offerors.
Factor 1 requires detailed information about prior contracts, including organization name, contact details, contract specifics, scope, complexity, and problems encountered, if any. Factor 2 assesses educational qualifications, federal investigative experience, training attended, and understanding of federal background investigations. Factor 3 examines the ability to follow directions, manage changing priorities, and communicate effectively. Factor 4 includes yes/no questions regarding familiarity with the project, compliance with training and certification, and willingness to travel. Factor 5 comments on the offeror's proximity to designated cities, while Factor 6 confirms agreement to pricing terms.
The purpose of the survey is to evaluate prospective contractors' qualifications and ensure they meet the standards required for federal background investigations for the associated contracts. Overall, this document is a critical component of the selection process, aiming to identify capable and compliant service providers for federal projects.
The document serves as a template for inquiries regarding the Request for Proposal (RFP) DJA-25-APSD-PR-0035, specifically focused on Field and Background-Investigative Services. It outlines a structured format for stakeholders to pose questions related to the RFP, ensuring clarity and organization in communication. Each inquiry is expected to include the question itself, a response, and identification of the responsible party for the answer. This template indicates a systematic approach to addressing potential queries from applicants or involved parties, facilitating a clear exchange of information critical to the proposal process. Overall, the template underscores the importance of transparency and thoroughness in government contracting initiatives related to investigative services.
The document outlines responses to questions regarding RFQ #15A00025Q00000069, which pertains to the procurement of Field Background-Investigative Services by the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF). Key details include submission guidelines for quotation packages, with specific forms like SF 18 and SF 30 outlined, along with required qualifications and past performance surveys. Offerors must submit their proposals electronically to designated contacts by June 15, 2030, and can seek clarification on submission formats.
The document emphasizes the need for compliance with various provisions and clauses, highlighting the regulatory framework governing the proposal process. Frequently asked questions clarify requirements for experienced contractors, responsibility for forms, expectations for introductory interviews, and contractor independence in managing multiple federal clientele. The responses aim to provide clarity ensuring prospective contractors understand application processes, obligations, and the nature of services under the anticipated Blanket Ordering Agreement (BOA). Overall, it reflects the ATF's structured approach in acquiring specialized investigative services, ensuring transparency and adherence to federal procurement standards.
The document provides responses to questions regarding RFQ #15A00025Q00000069 for Field Background-Investigative Services from the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF). It outlines submission requirements for offerors, including necessary forms (SF 18 and SF 30) to be signed and completed, and details the evaluation factors that need to be addressed in the proposal. Key details include the closing date for submissions, which is set for June 15, 2030, and instructions for submitting proposals electronically. It clarifies that contractors can operate independently without restrictions on concurrent assignments and highlights that ATF will manage quality control for investigative reports. The document emphasizes the importance of using the correct RFQ reference throughout proposals and provides guidance on addressing specific clauses and fields required in the application process. The structure of the responses aligns with typical Q&A formats commonly found in government solicitations.
The document outlines the requirements and responses related to RFQ #15A00025Q00000069, specifically for Field Background-Investigative Services. It details the submission guidelines for offerors intending to quote, emphasizing the need for specific forms to be completed, such as the SF 18 and SF 30, and responses to various performance factors. The deadline for submissions is set for June 15, 2030, at 5:00 PM Eastern Time, with clear instructions on how to submit electronically.
Key inquiries include guidance on filling out forms, requirements for submitting qualifications, and whether proposals from individuals or businesses are accepted. The document clarifies that ATF does not impose exclusivity restrictions on awardees and outlines the expected agreement's volume of work. It emphasizes using the System for Award Management (SAM) for accessing required documents and states that a background investigation must be conducted by ATF, regardless of existing clearances. These clarifications ensure offerors are well-informed of the procedural and documentation expectations while preparing their submissions within the given timeline.
The document is a Request for Quotation (RFQ) from the Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF), targeting firms to provide field and background investigative services through multiple-award Basic Ordering Agreements (BOAs). Issued on June 15, 2025, the RFQ solicits quotations for an estimated 2,400 hours of service per awardee, billed at $50 per hour. The responses must be submitted by June 15, 2030.
The RFQ underscores that it is not a commitment to purchase and outlines the required technical and compliance qualifications for candidates, particularly concerning security and access to sensitive information. Sections include specific contract clauses, security requirements, compensation guidelines for prompt payment, and personnel security screening details, including drug policies and financial responsibility checks.
It emphasizes confidentiality, self-reporting obligations for contractor employees, and additional clauses like electronic invoicing. This document serves as a guideline for potential contractors about ATF's procurement priorities, ensuring adherence to regulatory standards while safeguarding national interests and confidential information.
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is soliciting proposals for field and background-investigative services, intending to establish multiple Basic Ordering Agreements (BOAs) with qualified contractors over a five-year period. The request emphasizes the need for experienced investigators to conduct background checks on potential employees and contractors, ensuring compliance with federal security requirements. Contractors must meet specific qualifications, including relevant experience and credentials, and must follow established guidelines for conducting investigations.
Key provisions include personal identification and security protocols, reimbursement rates for services and travel, and performance monitoring by ATF representatives. The estimated annual workload is around 2,400 hours per contractor, with payment based on a points system of $50 per point for investigation tasks. Each contractor is required to complete various training and adhere to ATF’s operational guidelines, and the entire solicitation will remain open until June 15, 2030, for continued submission of proposals. This initiative aims to streamline the procurement of necessary investigative services while ensuring high standards of compliance and efficiency in the ATF's personnel security program.
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has issued a Request for Quotations (RFQ) for field background-investigative services, intending to establish multiple Basic Ordering Agreements (BOAs) for qualified contractors. The work involves conducting personnel security background investigations under the direction of the Personnel Security Division (PSD) and is crucial for ensuring the integrity and reliability of individuals within the ATF's workforce. Contractors must meet specific qualifications, including relevant experience and education, and are expected to perform investigations adhering to the outlined Statement of Work (SOW). The contract duration is set at five years, with the possibility of modification as necessary. Payment is based on a point system with a standard rate of $50 per investigation point. All contractors must comply with federal regulations, including the Federal Acquisition Regulation (FAR), and must register in the System for Award Management (SAM) for federal contracts. This RFQ emphasizes ATF's need for reliable investigative services to maintain agency integrity and security while allowing for geographic flexibility in contractor selection based on workflow demands.