Skip to main content

An official website of the United States government

You have 2 new alerts

Investigations of Complaints of Sexual Assault, Sexual or Gender-Based Harassment, Relationship Violence, Stalking, Retaliation, and Preparation of Reports of Investigation

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)
  • Original Published Date: Feb 16, 2022 11:21 am EST
  • Original Response Date: Mar 03, 2022 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R612 - SUPPORT- ADMINISTRATIVE: INFORMATION RETRIEVAL
  • NAICS Code:
    • 561611 - Investigation Services
  • Place of Performance:
    Kings Point , NY 11024
    USA

Description

1. The Maritime Administration (MARAD) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources to perform investigations of complaints of sexual assault, sexual or gender-based harassment, relationship violence, stalking, and retaliation, and prepare reports of investigation.  This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought Notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government.  THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS.

2. The proposed NAICS for this effort is 561611 – Investigative Services.  Comments on this NAICS and suggestions for alternative codes are welcome and must include supporting rationale.

3. SUBMISSION INFORMATION:

A. COVER SHEET - 1 page

i. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity(CAGE) Code.

ii. Point of contact to include e-mail address and telephone number.

iii. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone,  Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit)

iv. If applicable, GSA contract number, schedule, or any IDIQ vehicles this type of service could be ordered against.

B. CAPABILITIES STATEMENT & MARKET INFORMATION

(Response to Section B should be no more than 8 pages)

i. Please describe your capabilities to provide the following:

-  Perform timely, equitable, and impartial administrative investigations of complaints related to reports of sexual assault, sexual or gender-based harassment, relationship violence, stalking, and retaliation

-   Prepare thorough reports of investigationTestify in administrative hearings

-   Provide investigators with the minimum training identified in Section 4.2 of the SOW

Continuously identify and integrate best practices in the Title IX investigation arena. Stay current on changes in the field of student conduct investigations.

ii. Industry feedback is requested on meeting the requirements identified in this Sources Sought Notice.  Additionally, the Government seeks answers to the following questions concerning this Notice.  Please consider providing responses:

-  Your opinion about the difficulty and/or feasibility of the potential requirements, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts;

-   Your staff expertise, including your availability, experience, formal training, and any other training;

-   Your current in-house capability and capacity to perform the work described.

C. BACKGROUND/PAST EXPERIENCE

(Response to Section C should be no more than 8 pages)

i. Please describe your organization's breadth of experience in the following:

-  Conducting interviews in compliance with Title IX, of complainants, respondents, and witnesses in cases related to sexual assault, sexual or gender-based harassment, relationship violence, stalking, and retaliation.

-   Employing trauma informed interview techniques

-   Evaluating evidence and witness credibility

-   Preparing organized and well-written investigative reports of the above, containing written statements, exhibits, analyses, and a final determination. 

-   Testifying in Title IX or other disciplinary proceedings

ii. Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which your company was a prime or sub-contractor.

a. The name and value of each project;

b. The name, address, telephone and email address for point of contact;

c. A description of each project, including challenges and successes; and

d. Your company's role and services provided for each project.

4. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the Sources Sought evaluation.  The results of this Sources Sought Notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement.  Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals.

5. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government.  Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice; all costs associated with responding will be solely at the interested party’s expense.  All information received in response to this submission that is clearly marked Proprietary will be handled accordingly.  Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought Notice will not be returned.

6. The information provided in this Sources Sought Notice is subject to change and is not binding on the U.S. Government. 

7. RESPONSE DUE DATE:

The Government requests that all responses be returned by 12:00 PM ET on March 3, 2022.  All responses shall be submitted electronically to: Juebiline Mbandi (juebiline.mbandi@dot.gov).

Contact Information

Contracting Office Address

  • OFFICE OF ACQUISITION MAR 380 1200 NEW JERSEY AVENUE SE
  • WASHINGTON , DC 20590
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Mar 18, 2022 11:55 pm EDTSources Sought (Original)