Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2003 FBO #0577
SOLICITATION NOTICE

99 -- Port Security Preparedness, Response, and Evaluation through Port Incident Training and Exercises

Notice Date
6/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 701 S. 12th Street 4th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
DTSA20-03-R-01858
 
Response Due
7/29/2003
 
Archive Date
8/13/2003
 
Point of Contact
Nancy Hoffman, Contracting Officer, Phone 571.227.1580, Fax 571.227.1948, - Patricia Masterson, Grants Officer, Phone 571.227.1587, Fax 571.227.2913,
 
E-Mail Address
nancy.hoffman@dhs.gov, Patricia.Masterson@tsa.dot.gov
 
Description
General Instructions, Conditions, and Notice to Offerors The Transportation Security Administration’s (TSA) Office of Maritime and Land Security is soliciting innovative concepts for use in port security preparedness, response, and evaluation enhancement. This acquisition will use a multi-step process to award resultant contract(s) that represent the best value to the government in accordance with the established evaluation criteria. This announcement constitutes a Request for Proposals (RFP). No additional information regarding this announcement will be issued. This announcement will remain open until 5:00 p.m. EDT on Tuesday, July 29, 2003. The government intends to conduct an evaluation of proposals based upon the criteria set forth herein. The TSA reserves the right to select and fund all, some, or none of the proposals received under this announcement. The TSA provides no funding for direct reimbursement of proposal development costs. Proposals (or any other material) submitted will not be returned. Facsimile and electronic submittals will not be accepted. It is the policy of the TSA to treat all proposals as source selection sensitive or proprietary information, and to disclose their contents only for the purpose of evaluation. Foreign entities are not eligible to submit proposals in response to this announcement. The TSA is seeking participants for this program that are capable of demonstrating the capabilities required to achieve the objectives described in this announcement. Offerors have the opportunity to be creative in the selection of the technical and management processes that best suit their approach. Anticipated Award Information is as follows: Total Amount of Funding Available: Up to $20M Timing of Award(s): 4th Qtr.of FY03 Anticipated Number of Awards: Multiple (based upon evaluations and funding availability) Anticipated Award Type: Awards will take the form of contracts Evaluation Process Personnel from the United States Coast Guard, Maritime Administration under the U. S. Department of Transportation, and the TSA will serve as members of the evaluation board that will be formed. These individuals will evaluate the proposals with preference given to those who best meet the evaluation criteria. Based upon this evaluation, the TSA will determine which proposals will be selected for contract award. Detailed technical and cost proposals will be subsequently sought from those offerors whose technical responses have been identified as being of “particular value” to the TSA. However, any such encouragement does not ensure a subsequent award. The TSA intends to enter into discussions/negotiations with each “selected” firm in an effort to award a contract. Upon completion of the evaluation, the TSA will notify offerors if their responses will not be further considered for award. Description of Objectives The products proposed under this announcement should be applicable to seaports (including inland and/or Great Lakes) in their entirety (infrastructure and multiple transportation modes) and should pertain to one or more components of port security (awareness, preparedness, prevention, response, and/or post incident restoration of services). The products should be scalable to include multiple ports. Capital investment purchases will be considered. The TSA intends to purchase the technology or tools to conduct and/or evaluate exercises and training in multiple ports on an on-going basis or to fund scalable intermodal security exercises and training. Some examples of such products include (but are not limited to): 1) computer-based simulation software for training and exercises; 2) databases(s) to enable the TSA or others to monitor and evaluate port security through training and exercises; 3) web-based training and exercise systems; 4) specific exercises or simulations to train and exercise the security spectrum impacting transportation in port areas, etc. In general, preference will be given to products that: · are scalable from single ports to multiple ports · impact multiple port systems instead of a single terminal or facility · enhance intermodal transportation security within port areas, including pipelines · are complementary to existing port security systems · enhance preparedness or improve consequence management capabilities for a terrorism incident in ports · enhance port-level command, control, coordination, and communication (C4) · enhance awareness to the transportation community of port security threats and vulnerabilities · improve information/intelligence sharing among stakeholders, or · support one or more existing security contingency plans within the port or assist port stakeholders develop new plans For developmental products, the executable (source) code shall be made available to the government-designated agency for evaluation purposes. The following types of projects are considered ineligible for award consideration: · projects involving funding requirements for routine maintenance and operating expenses of existing systems · projects involving security infrastructure improvements · projects that do not provide a compelling security benefit · projects that involve new software development beyond modest software adaptation or integration Proposal Submission No award can be made without a formal, written proposal which states how to perform a specific effort within an estimated cost and performance period. Industry, small businesses, small disadvantaged businesses, educational institutions, historically black colleges and universities, and minority institutions are encouraged to participate. Proposals should be submitted to the following address and individual by 5:00 p.m. EDT on Tuesday, July 29, 2003: U. S. Mail and Overnight Delivery: TSA Headquarters, Office of Acquisition West Tower, 4th Floor, 454S 601 South 12th Street Arlington, VA 22202-4220 ATTN: Nancy R. Hoffman, Contracting Officer (phone: 571-227-1580; fax: 571-227-2913; and e-mail: Nancy.Hoffman@dhs.gov) No late proposals will be accepted or considered. Offerors should submit their technical and cost proposals (5 paper copies and 1 electronic copy using Microsoft Office 97 or earlier) by 5:00 p.m. EDT on Tuesday, July 29, 2003. Offerors may submit separate proposals on any or all areas of interest. The government reserves the right to select one or more of the proposals received in response to this announcement, and waive any requirement or term or condition stated in this announcement when it is determined to be in the best interest of the government. Offerors must be able to certify that they have an appropriate facility clearance in order to meet the security requirements of the work proposed, and key personnel must be able to obtain the appropriate security clearance. Proposals shall consist of two separately bound volumes as follows: Volume 1: Volume 1 should consist of a 10 page concept paper and up to a 30 page detailed statement of work (SOW) and shall include the following sections each starting on a new page. a. A cover page, including proposal title, technical and administrative points of contact along with the telephone and facsimile numbers and e-mail address, followed by a letter signed by the authorized officer specifying the proposal validity period (at least 120 days). b. An overview of the proposed technologies and/or products as well as any innovative claims for the proposed product, and how they will contribute to port security preparedness, response, and evaluation enhancement. c. A summary of the deliverables. d. A summary of the schedule and milestone that can be traced to the work breakdown structure (WBS). e. SOW: A SOW clearly detailing the scope and objectives of the effort and the technical approach. It is anticipated that the proposed SOW will be incorporated as an attachment to the resultant award. To this end, such proposals must include a severable SOW without any proprietary restrictions, including a detailed listing of the technical tasks/sub-tasks segregated by year. f. If any portion of the project is predicated upon the use of government-owned resources of any type, the offeror shall clearly identify the resources required; the date the resources are required; the duration of the requirement; the source from which the resource may be acquired, if known; and the impact on the project if the resource is not provided. g. Technical arguments that substantiate claims made in the overview (Proposal Section B) and a description of a technical approach consistent with the deliverables and schedule (Proposal Sections C and D). Technical arguments should also address any major risk areas. h. A description of the results, products, and transferable technology expected from any possible resultant award. i. A brief discussion of past performance detailing previous accomplishments and work in the same or similar project areas, and previous cost and schedule performance within the last five years include names, titles, organizations and phone numbers of references to contact regarding these projects. j. A brief discussion of the overall approach to the management of this effort, including brief discussions of total organization; use of personnel and their qualifications; project, function, and subcontractor relationships; technology transition plans; government project interfaces; and planning, scheduling, and control practices. k. Discuss how your past performance validates expected future performance. Key factors in evaluating the value of past performance includes: 1) experience of the company in supporting a major federal client; 2) demonstrated successful experience with the required processes and systems; 3) knowledge of the procedures applicable to the required effort; and 4) experience of the company and its key personnel in managing a federal work effort. l. The offeror’s past performance should be relevant to the major functional areas identified in the statement of work and be of comparable size, scope, and complexity to this requirement. The government will consider the currency and relevance of the information submitted, the source of the information, context of the data, and general trends in the offeror’s performance. m. Offerors shall submit five past performance references. Each reference shall include the following information: contract number and type; award and final values; contractor’s name, address, and point of contact; phone and fax numbers; e-mail address; and a short description of the scope of the contract. Volume II: Volume II shall include the WBS, a cost summary, and a breakdown of individual cost elements of the effort, including material costs, labor hours cost, overheads, other direct cost (travel, etc.), and fee/profit. This data will be used in assessing the realism of the estimated proposed costs. Note: If a proposal is selected for further consideration, a detailed cost proposal will be requested based upon an agreed-to SOW. Evaluation Criteria These criteria are listed in descending order of importance for evaluation purposes with technical merit being significantly more important than the other evaluation criteria. Evaluation of proposals will be based on the following criteria: a. The overall merit of the proposed approach to the port security preparedness, response and evaluation enhancement effort including the innovative aspects of the proposed effort. b. The offeror’s capabilities, related experience, experience of the key personnel who are critical to program success, and facilities and/or techniques that are integral factors for achieving the proposed objectives. c. The realism of estimated costs and schedules and the potential affordability impact, including total ownership costs if applicable. d. The past performance of the offerors. This evaluation will be based on the quality and applicability of the offeror’s history in relationship to these work requirements, and how the offeror’s past performance validates expected performance and customer service to the TSA. In conducting the past performance evaluation, the government may use data obtained from other sources, as well as that provided in the proposals. The evaluation will examine the offeror’s actual performance on similar efforts. This evaluation will focus on the size, scope, and complexity of past work efforts; the performance measures and service levels applied; and the actual results achieved when measured against these established service levels. The lack of a relevant past performance record may result in an unknown performance risk for the government, but will neither be used to the advantage nor disadvantage of the offeror. A past performance risk assessment will be conducted based upon the information provided in the offeror’s proposal and information acquired through other sources identified by federal members of the source evaluation team. Administrative Requirements · The North American Industry Classification System (NAICS). The NAICS code for this announcement is 561210 (facilities support services). · Central Contractor Registry (CCR). Successful offerors not already registered in the CCR will be required to register prior to award of any resultant contract. · Representations and Certifications. Prior to award of a contract, the offeror will be required to complete the TSA’s representations and certifications. · Subcontracting Plans. Successful offers that exceed $500,000 (submitted by all but small business concerns) will be required to submit a Small Business Subcontracting Plan prior to award. · Security. Resultant contract(s) will include security requirements which will protect the use and release of sensitive information. · Data Rights. Resultant contract(s) will include a data rights clause which will address the government’s rights in data, software, etc. Protests As a condition of submitting an offer or response under this announcement, the offeror or potential offeror agrees to be bound by the following provision relating to protests. Protests concerning the TSA’s Request for Proposals (RFPs), announcements, or award of contracts shall be resolved through the Federal Aviation Administration (FAA) dispute resolution system at the Office of Dispute Resolution for Acquisition (ODRA) and shall be governed by the procedures set forth in 14 C.F.R. Parts 14 and 17, which are hereby incorporated by reference. Judicial review, where available, will be in accordance with 49 U.S.C. 46110 and shall apply only to final agency decisions. A protestor may seek review of a final decision only after its administrative remedies have been exhausted. a. Offerors initially should attempt to resolve any issues concerning potential protests with the Contracting Officer. The Contracting Officer should make reasonable efforts to answer questions promptly and completely; and, where possible, to resolve concerns or controversies. The protest time limitations, however, will not be extended by attempts to resolve a potential protest with the Contracting Officer. b. The filing of a protest with the ODRA may be accomplished by mail, overnight delivery, hand delivery, or by facsimile. A protest is considered to be filed on the date it is received by the ODRA. c. Only an interested party may file a protest. An interested party is one whose direct economic interest has been or would be affected by the award or failure to award a TSA contract. Proposed subcontractors are not "interested parties" within this definition. d. A written protest must be filed with the ODRA within the times set forth below or the protest shall be dismissed as untimely. (1) Protests based upon alleged improprieties in a solicitation that are apparent prior to the time set for receipt of initial proposals shall be filed prior to the time set for the receipt of initial proposals. (2) In procurements where proposals are requested, alleged improprieties that do not exist in the initial solicitation or announcement, but which are subsequently incorporated into the solicitation or announcement, must be protested not later than the next closing time for receipt of proposals following the incorporation. (3) For protests other than those related to alleged solicitation or announcement improprieties, the protest must be filed on the latter of the following two dates: (i) no later than seven (7) business days after the date the protester knew or should have known of the grounds for the protest; or (ii) if the protester has requested a post-award debriefing from the TSA Evaluation Board, not later than five (5) business days after the date on which the Board holds that debriefing. f. Protests shall be filed at: Office of Dispute Resolution for Acquisition (AGC-70) Federal Aviation Administration 800 Independence Avenue SW, Room 323 Washington, DC 20591 Phone: 202-267-3290 Fax: 202-267-3720 g. At the same time as filing the protest with the ODRA, the protester shall serve a copy of the protest on the Contracting Officer and any other official designated in the solicitation or announcement for receipt of protests by means reasonably calculated to be received by the Contracting Officer on the same day as it is to be received by the ODRA. The protest shall include a signed statement from the protester certifying to the ODRA the manner of service, date, and time when a copy of the protest was served to the Contracting Officer and other designated official(s). Additional information and guidance about the ODRA dispute resolution process for protests can be found on the ODRA Website at http://www.faa.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/TSA/HQTSA/DTSA20-03-R-01858/listing.html)
 
Place of Performance
Address: Place of performance: awardee's or port authority's facilities, or other locations.
 
Record
SN00359543-F 20030629/030627221946 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.