MODIFICATION
R -- Aviation Industry-Specific Data Updates
- Notice Date
- 6/21/2004
- Notice Type
- Modification
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 4th Floor, Arlington, VA, 22202
- ZIP Code
- 22202
- Solicitation Number
- HSTS01-04-Q-AOP138
- Response Due
- 6/25/2004
- Point of Contact
- Heather Morvant, Contract Specialist, Phone 571.227.1592, Fax 571.227.2911,
- E-Mail Address
-
heather.morvant@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Please note that the anticipated award date has been moved to mid-July, but the due date for responses remains the same. Offerors with a reasonable chance for award will be invited to give an oral presentation of their response to the Government. Questions and Answers are as follows: Q. Can you provide a list of the data sources that Regal Decision Systems has used for their model, since using the same sources (assuming alternate sources are not superior in quality) would be beneficial from consistency and compatibility standpoint? A. No, this could be a potential conflict of interest in some cases, and are not relevant in others. Q. Has Regal Decision Systems been allowed to participate in this bidding? If not, would you be able to recommend a point of contact at Regal Decision Systems to discuss model related issues? A. No, Regal is not bidding on this contract, and we can provide a contact but need to know who is asking what type of question in order to provide an appropriate point of contact. Q. Considering that some of the data needed might be considered proprietary to the data owners (airlines, airports, etc.) would TSA provide a “mandate” for the contractor to facilitate sharing of such data? A. No. Initially the successful contractor will need to provide the data from their own sources or from what is in the public domain. Our intent is to improve the quality of the data by working with the airlines, airports and industry organizations in coordination with the contractor. Q. Would TSA allow the contractor to be reimbursed for the possible costs of acquiring not-published data and to exclude such costs estimate from the quote due June 25th? A. TSA will not separately reimburse the contractor candidate for acquiring non-public data for the purpose of bidding on this contract. Any costs incurred by the contractor candidate must be recovered through the successful bidding for this contract. If you wish to exclude the costs of acquiring not-published data in your response, please do so, and note as much in the response. This may be negotiable. Q. Can TSA supply a complete list of the airports and terminals that shall be considered to be within the scope of this contract? A. There are in excess of 450 airports currently serviced by TSA and in the scope of the contract. However, additions and deletions to this list occur frequently and TSA will provide the list of airports that require data at any point in time. The important realization is that this is not a static list, and the contractor must be able to add and subtract to the list as required. The contractor should expect the list to change by +/- 5% annually. Q. Is there any additional directions related to the scope of this project not included in the RFQ? A. The contractor must be willing to work with TSA in using data that may become available to TSA from other sources, and in working with TSA to acquire additional and/or better quality data. Q. Can you confirm when the first batch of data must be provided? The Statement of Work (paragraph 3.4 on the last page) seems to indicate that it is only one day after the anticipated award date of June 30, 2004. A. Approximately August 16, 2004. (Please note that the anticipated award date has been moved out to mid-July.) Q. What does "NSP" in attachment B mean? A. Not Separately Priced Q. Some data items such as load factors and originating percentages can only be obtained after the FY2004 cycle (after 9/30/2004), but they are listed as part of deliverables for July 1, 2004. A. TSA is requesting that the most current, highest quality information is supplied. Please note any circumstances such as this in your response. Q. The scope of work does not address the FIS re-check/ re-screening. Is International-to-Domestic transfer passenger screening part of the scope? Does TSA request any data related to that? A. This work is not excluded in the RFQ, but should be in the scope of the contract _________________________________________________ The Transportation Security Administration (TSA) intends to award a firm-fixed price Purchase Order (PO) for regular aviation industry-specific data updates for our Regal Decision Systems’ staffing modeling system. Original award is for three months, with two one-year option periods. This requirement is set-aside for small businesses. The TSA anticipates award by Wednesday, June 30, 2004 with an anticipated start date of July 1, 2004. Award will be made to the offeror whose quote is considered to be of best value to the Government. BACKGROUND: During 2002, all passenger and property screening was taken over by Federal screeners and related personnel as mandated by Congress under the Aviation and Transportation Security Act. Significant effort resulted in the planning, staffing and training of over 50,000 positions. During 2003/2004 a significant effort was initiated with REGAL Decision Systems to develop a comprehensive staffing modeling system to be used as a tool for the TSA in planning capacity, establishing staffing budgets, and scheduling staff at the TSA airports. With the completion of this effort scheduled mid 2004, we now require a Data Sustainability Phase which will provide updated aviation industry specific data on a regular and ongoing basis. DESCRIPTION OF WORK: All commercial USA airline data that is required to operate the REGAL staffing model system must be provided monthly in a specific format for updating the system. This information must include data for scheduled and unscheduled airline service such as: Airport, Terminal, Airline, Operator, Flight Number, Destination, Equipment Type, Departure Time, Days of Operation, Effective Date, Discontinue Date, Sector, Seats, Stage Length, Number of Available Seats per Aircraft, Terminal or Concourse location of each Flight, Load Factors, Connecting %, Passenger Arrival Curves, Passengers Per Group, Bags Per Passenger, Seasonality Impact on Bags Per Passenger, Percent Oversize, Bags, Seasonality Impact on Arrivals, Contact Ratio/Check-In Split. A comprehensive list of data is provided in the RFQ documents. Please contact Heather Morvant at: Heather.Morvant@dhs.gov to have all documents transmitted. These include: Instructions, Attachment A - Company Information, Attachment B - Pricing, Attachment C - Statement of Work. All attachments must be received in order to submit an offer. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/TSA/HQTSA/HSTS01-04-Q-AOP138/listing.html)
- Place of Performance
- Address: 601 S. 12th Street Arlington, VA
- Zip Code: 22202
- Country: USA
- Zip Code: 22202
- Record
- SN00639222-F 20040808/040806220552 (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 |