Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2004 FBO #1073
MODIFICATION

63 -- TSA/STDO Deployment Integration Re-Compete Acquisition

Notice Date
11/1/2004
 
Notice Type
Modification
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
Reference-Number-HSTS04-05-R-DEP979
 
Response Due
11/3/2004
 
Archive Date
11/18/2004
 
Point of Contact
Larry Phillips, Contract Specialist, Phone 571-227-3854, Fax 571-227-2913, - Elwyn Thompson, Contracting Officer, Phone 571 227-1877, Fax 571 227-2913,
 
E-Mail Address
Larry.Phillips@dhs.gov, jamie.thompson@dhs.gov
 
Description
TSA/STDO DEPLOYMENT INTEGRATION RE-COMPETE ACQUISITION PRE-SOLICITATION MODIFICATION Description: The purpose of this pre-solicitation modification is to address questions regarding HSTS04-05-R-DEP979 requirements. This modification is divided into two (2) parts: Part one (1): The original HSTS04-05-R-DEP979 Pre-Solicitation Notice; and part two (2): Questions & Answers related to HSTS04-05-R-DEP979 Pre-Solicitation Notice. Amendment(s) to the original HSTS04-05-R-DEP979 Pre-Solicitation Notice that was Synopsized on 19 October 2004 are provided in the Part two (2) Questions & Answers related to HSTS04-05-R-DEP979. PART ONE (1): Original Pre-Solicitation Notice -- HSTS04-05-R-DEP979 1. The TSA's Security Technology Deployment Office (STDO) is responsible for procuring and deploying technology to support the safety and security of the movement of people and baggage throughout the nation?s airports. STDO is responsible for ensuring that new Aviation Security Equipment (ASE) Systems and technologies provide airport level security benefits. STDO is planning for the modernization of the current ASE System which will support both legacy and new functional capabilities. 2. The STDO seeks a qualified firm(s) to provide deployment, installation and integration services for Government Furnished Security Equipment (GFSE). These services will include being able to provide the materials required to deploy, integrate and test GFSE at inter-modal transportation facilities geographically dispersed throughout the United States and US Territories. The locations will be designated by the Government. Contractor designs for installation shall be based on government furnished site assessment(s) and site survey data that will determine the unique geographic location for the operational security technology screening service level requirements. Contractor designs shall include the proper quantity and technology mix selected from a government furnished equipment (GFE) list that will meet the contractor(s) determined operational service level requirements. 3. Projected award of a contract is anticipated by December 31, 2004, with a period of performance from the date of award for a minimum of one (1) year and a maximum of five (5) years inclusive of all options. TSA seeks a firm(s) with a demonstrated capability, past experience, and technical expertise in the qualification requirements as outlined below. 4. Interested parties should submit five (5) copies of a Qualification Statement, not to exceed ten (10) 8 ? X 11 pages (with 1 inch margins and 12 point font), which addresses the following: a. Identify no more than three (3) projects requiring similar qualifications as this project that your company has performed within the past 3 years. Provide current and up-to-date names of the customers, names of the points of contact, with telephone numbers. Identify whether it was a Government or commercial entity. Describe the project, naming the team members/subcontractors and explaining their specific role in the project, and the dollar value of each team member?s contribution to the project. Points of contact should be notified that TSA may call for further clarification and information. b. Corporate resources; how this project will be supported and the decision-making processes that will be employed, including the ability to staff and initiate services upon award. 5. TSA will make a qualitative evaluation of the Qualification Statements using the criteria listed below. Each qualifying statement will be evaluated against the subject criteria. Based on these evaluations, a down-selection will possibly occur to the most qualified interested party(s) who will receive a request for proposals. If the Contracting Officer determines that the number of qualified statements received, exceeds the number at which an efficient follow-on competition can be conducted, the Contracting Officer may limit the number of interested party(s) included in the follow-on competition to the greatest number that will permit an efficient competition among the most highly rated Qualification Statements. The Criteria are listed in decreasing levels of importance. I. Demonstrated ability to perform site preparation, facility modifications, installation, integration, and acceptance testing of new technology in current operational systems/facilities. II. Demonstrated ability to control/manage cost, schedule, performance and risk in complex/dynamic programs/projects. III. Demonstrated ability to execute and manage large scale programs/projects of similar size, scope, and complexity in transportation environments (I.e., civilian, commercial, defense, and federal). IV. Demonstrated ability as a prime contractor to establish and manage a team of required expertise that will meet the stated requirements of this task. V. Demonstrated ability to work with Aviation Equipment Manufacturers or equipment of a similar level of complexity. 6. This announcement is for informational purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This announcement does not commit the Government to pay any costs incurred in the submission of responses. An interested party must be found qualified under this announcement in order to submit a proposal under the subsequent proposal. The interested party(s) will be notified in writing whether or not that they qualify for the Deployment/Integration proposal. If selected as a qualified source for the proposal, the qualified interested party(s) teams will be the only teams permitted to submit a proposal. Changes in teaming arrangements after this initial announcement shall invalidate an interested party(s) eligibility for consideration unless prior approval is obtained from the Contracting Officer. 7. AS A CONDITION OF SUBMITTING A RESPONSE TO THIS REQUEST FOR QUALIFICATION STATEMENTS, THE OFFEROR AGREES TO BE BOUND BY THE FOLLOWING PROVISIONS RELATING TO PROTESTS: 8. Any dispute arising out of this Request for Qualification Statements shall be resolved through the dispute resolution system at the FAA 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 TSA decision only after its administrative remedies have been exhausted. 9. Responses may be submitted via email, to Larry.Phillips@dhs.gov; or by facsimile to 571-227-2913. Responses to this announcement letter, in order to be considered, must be received by 3:00PM, EST, Monday, 03 November 2004. 10. Point of Contact: Larry Phillips DHS/TSA Office of Acquisitions -- 25 West Tower 10th Floor 701 South 12th Street Arlington, Va. 22202 Telephone: 571-227-3854 Fax: 571-227-2911 Cell: 941-962-2224 Larry.Phillips@dhs.gov 10. Place of Performance: Address: Commercial Service Airports Nation wide. Postal Code: Various Country: United States of America & their Territories PART TWO (2): QUESTIONS & ANSWERS RELATED TO HSTS04-05-R-DEP979 PRE-SOLICITATION NOTICE 1) Will this project require a stable of architects and engineers to provide site assessments? It is the intention of the government to provide site assessments and surveys. This is per the synopsis dated 19 October 2004, under the Description -- paragraph # 2. 2) What is the number of projects to be awarded? The number of projects to be awarded by the government is unknown at this time. 3) What is the current anticipated date for release of the solicitation (SOW) to the QVL pool? Accordingly, what is the anticipated due date for proposals and award date for the various sections? The Statement of Work (SOW) will be released with the Request for Proposals after the QVL is established. The TSA anticipates competitive award(s) in the 1st Quarter of FY 2005. 4) What is the due date for Qualification Statements? All Qualification Statements are due by 3:00 pm EST., Wednesday, 03 November 2004, NLT 1500 hrs. 5) What is the estimated value of the contract to be awarded? Who is the incumbent contractor? What is the Contract Number? What is the estimated value of the incumbent contract? What is the Incumbent?s period of performance? a) The estimated value of the contract to be awarded will be not released. b) Boeing Services Company c) DTSA20-02-C00002 *d) $495.5 million USD e) 06/2002 through 12/2004 * The estimated value of the incumbent contract was derived from historical data. This figure is not to interpreted as the approximate award for the new contract(s). It is posted for the interested party(s) reference only. 6) Is this procurement a re-compete of a previous contract? This re-compete acquisition process addresses the installation/integration portion of contract # 7) What type of contract will be awarded? It is the intent of the TSA to award an IDIQ contract. 8) What is the estimated procurement schedule? This question has already been addressed. Refer to FAQ# 1-3. 9) If we are a subcontractor to a firm or firms selected for Deployment services, would it conflict us out of the work we're currently doing or work of a similar nature in the future? The Government is not familiar with all of the offerors? existing businesses. Offerors? will be responsible for identifying potential Organizational Conflicts of Interest, and addressing OCI mitigation plans. 10) In reference to the 'STDO TSA Deployment Integration Re-Compete Opportunity, is there an incumbent for this possible requirement? If so, could you please provide the incumbent name, contract #, and contract duration and value? I sincerely appreciate your assistance and response regarding this inquiry. Note, this question was addressed previously, no need to repeat it. 11) How are responses to be submitted? Responses from Interested Party(s) shall be submitted and received at the appropriate TSA HQ address No Later Than 1500 hrs. EST, Wednesday, 03 November 2004. Refer to Synopsis, Description Section Paragraph # 10 for applicable address. 12) How many copies are to be submitted? The synopsis addresses this question. Under the Description Section of the synopsis, Paragraph # 4 states that 5 copies are required. 13) Will small companies with large companies as subcontractors be allowed to compete? Qualified small businesses are encouraged to compete for these requirements. This competition is wide open. 14) What is the actual due date for the Qualifying Statements? This question has been addressed previously. No need to address this question again. !5) The current program for this work being performed by Boeing is afforded protection under Public Law 85-804. Given that the work is similar and the risks are almost identical, will the same protection be afforded the successful Offeror(s) for this re-compete? NO. 16) The Presolicitation Notice states that the government will provide Site Survey & Site Assessment information that will determine the ?Unique geographic location? for the GFSE. In the current program, the Site Assessment is prepared with modeling data that confirms the number and types of screening equipment required to meet passenger and /or baggage flows. The Presolicitation Notice also states that ?Contractor DESIGNS shall include the proper quantity and technology mix??.? Does this mean that the Site Assessment report will not identify the quantity and types of equipment required? That the Contractor must make these assessments based on passenger and/or baggage flow data including the modeling to confirm decisions? This may be important in determining the depth of the TEAM that is required to provide the services requested. The Presolicitation Notice refers to ?testing? of the GFSE. It is our understanding that currently the TSA is moving towards either the OEM providing their own equipment installation and SAT testing (i.e., L-3) or having an independent firm such as Batelle perform these tests as witnessed by the TSA. Is it the intent of the RFP to have Awarded Contactor perform the SAT, or to ensure that the site is fully prepared for GFSE installation and SAT? Answer to this question is pending. TSA will respond. 17) What is the reason that this contract is being re-competed? This requirement is being re-competed to address the needs of the TSA. 18) I am writing to you today to inquire about Pre-Solicitation, HSTS04-05-R-DEP979. Is this a new requirement? If not, who is the current Incumbent? What is the award number and value? When was the contract awarded and when is it expected to end? Question already addressed ? no need to address again. 19) Is the correct Qualifying Statement Form that is to be used is GSA Form 527? No, Please refer to Synopsis Section Description, Paragraph 4; sub paragraph 4a., & 4b. 20) When is the final cut-off day for questions related to the FEDBIZOPs Announcement? Questions will be accepted by E-Mail until 5:00 pm EDT, Saturday, October 30, 2004. 21) Was there a pre-proposal conference prior to the Synopsis Posting? No, there was no pre-conference. 22) Will there be any small business set aside on this project? No, there will not be any small business set aside on this project. 23) Who is the current incumbent? Are there any budgetary estimates available for years 1-5? No, there are no budgetary estimates available for years 1-5. The Government is using an Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract because future requirements will vary in scope. The current incumbent is Boeing Services Company. 24) Where can we find information on HSTS04-05-R-DEP979? All information that is currently available for this project is found in the Synopsis Posting dated 19 October; and the FAQ. 25) Can the Qualifying Statement Deadline be extended one fortnight? The Synopsis Posting dated 19 October 2004 states that the deadline is 3:00 pm EST, 03 November 2004. The needs of the government preclude any extension to the deadline. 26) My company manufactures intrusion detection equipment for large airport perimeters. I have several questions. a. Is there a list of GSFE available? b. How may I contact the TSA/STDO? c. Is perimeter intrusion detection part of this project? (GSFE = Government Security Furnished Equipment) A) No B) Please review the TSA web site for entry points of contact. C) No 27) Is maintenance of the ASE part of this contract award? No, maintenance is not part of the contract award. Refer to the Synopsis for clarification. 28) Is maintenance part of the contract award? Question has been previously addressed, no need to answer again. 29) Is there a minimum or maximum size company that TSA wants to make awards to? NO, all offers will be reviewed. 30) Will a partnership between two (2) companies be allowed to submit Qualifying Statements? If a partnership is formed, then that partnership must be able to meet the Contract Requirements 31) IS the TSA looking for a General Contractor vs. Small Business Contractors? Contracting Officer will address this question. 32) What type of contract is to be awarded? Time and Material vs. Fixed Price. The resulting contract award(s) will be an IDIQ that may utilize both T&M and Fixed Price orders to fulfill TSA requirements. 33) Who is to provide the site surveys? If it is other than the Contractor who is awarded the contract, then the risk factor will significantly increase. The Government intends to provide site surveys. 34) In Paragraph 6 of the Description Section of the posted Synopsis, It states that changes in teaming arrangements after this initial announcement shall invalidate the Offeror?s eligibility for consideration unless prior approval from the Contacting Officer is granted. At this stage of the Offeror?s proposal, the teaming situation is very fluid. What is meant by the above statement? The Government will not allow Offerors? to ?bait and switch? team members throughout the acquisition process for this project. Offerors? should be able to form a team that will not change through this project?s acquisition cycle. Any inconsistency of a team?s approach to fulfill government requirements may be viewed as a performance risk in their evaluation. One plausible rationale for substitution of a team member may be OCI issues. 36) What is the actual due date for the Qualifying Statements? Question has been previously addressed. No need to answer again. 37) The Synopsis states that 5 copies of the Qualifying Statements are required. The synopsis also states that the copies can be submitted by e-mail or fax. Won?t one copy suffice and that TSA make the required amount of copies? The Synopsis clearly states that five (5) copies of the Qualifying Statements shall be submitted to TSA 38) When will the FAQ be published? TSA will post the FAQ As Soon As Possible. 39) What is the actual due date? This question has been previously answered. No need to answer it again. 40) Is there a Small Business Set A-Side or is it a full and wide open competition? This question has been answered previously; It is a full and open competition. AMENDMENT RELATED TO HSTS04-05-R-DEP979. The original HSTS04-05-R-DEP979 Qualifying Statements were due on Wednesday, November 03, 2004 by 3:00 Pm EST. You could either fax or E-mail 5 copies to Larry Phillips. In order to provide a more secure delivery, the 5 qualifying statments are due by any means other than e-mail or fax at the published time and date attn Larry Phillips.
 
Place of Performance
Address: Commercial Service Airports, Nation & Territory Wide
Zip Code: Various
Country: USA and Some Territories
 
Record
SN00701895-W 20041103/041102061525 (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.