Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2006 FBO #1588
SOLICITATION NOTICE

R -- TSA TWIC SOLICITATION STEP 1

Notice Date
3/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS02-06-R-TTC159
 
Response Due
4/7/2006
 
Archive Date
4/22/2006
 
Description
Background Information: The Transportation Security Administration (TSA), an agency within the Department of Homeland Security (DHS) is tasked with security responsibilities for all modes of the national transportation system. Transportation Worker Identification Credential (TWIC) is one of TSA?s key credentialing programs. The program is focused on the development of an advanced-technology credentialing system. The TWIC program encompasses all personnel whose duties require unescorted physical or logical (cyber) access to secure areas of the transportation system. The TWIC credentialing system includes biometrics, public key infrastructure (PKI), and other advanced technologies to improve the security of physical and logical access systems. XXXXXX TSA intends to establish a nationwide fee based contract for enrollment, help desk, operation and maintenance (O&M) of the ID Management System (IDMS) and future IDMS enhancements for the TWIC program. IDMS is a centralized database to enable streamlined operations, protection of personal privacy and maintenance of a chain of trust. The TWIC program provides a method to prevent unauthorized access to secure areas of the transportation system that will have the following capabilities: a. Field a common, secure credential that is interoperable across all transportation modes and is compatible with existing independent access control systems; b. Verify the identity of each TWIC applicant, complete a background check on the identified applicant, and positively link the issued credential to that applicant; and c. Quickly revoke access privileges to TWIC holders who are identified as threats after issuance of their credentials, and immediately remove lost, stolen, or compromised cards from the system. XXXXXX The TWIC program consists of four phases: Phase I__ Planning (completed March 2003); Phase II__Technology Evaluation (completed October 2003); Phase III__ Prototype (completed June 2005) and sustainment to June 2006; Phase IV__ Implementation (TBD) XXXXXX Phase IV__ Subject to publication of the final TWIC fee rule, Implementation of the TWIC program at maritime ports under this solicitation is expected to have an estimated enrollment population of 850,000 transportation workers. XXXXXX XXXXXX Solicitation for Down-Selection of Offerors: Through Step 1 of this two step solicitation, TSA is seeking to identify and down-select the most qualified contractors to implement Phase IV of the TWIC program. XXXXXXXXXXXX Submission of Qualification Statements and Evaluation: Interested parties should submit a Qualification Statement, not to exceed ten (10) pages (sized to no smaller than 10 point font and cover/index pages do not count against 10 page count). It is the responsibility of the contractor to ensure that the information to be evaluated is included in the proper section heading. The Government will not be responsible for extrapolating information from other sections of the qualification statement to make a complete evaluation of each identified section heading. Interested parties should submit a Qualification Statement that shall address the following: a. Past Performance__ Identify two (2) projects of similar size, scope and complexity as this project that your company performed as prime contractor within the past 5 years. Identify whether it was a Government or commercial entity. Describe the project, role performed as the prime contractor, name the team members and explain their specific role in the project, identify successes and challenges and strategies employed to overcome the challenges encountered during the program. Provide current and up-to-date name of the customer(s), name(s) of the point of contact, with telephone number(s). Points of contacts should be notified that TSA may call for further information. XXXXXX b. Resources__ Corporate financial resources, technical and management resources and decision-making process that will support a fee based contract of this size, scope and complexity; c. Technical Capability__ Offerors shall describe their technical expertise and demonstrated capability to integrate a complex identity management system, and rapidly deploy and implement a large scale biometrically based credentialing and access control program that includes the following functions: 1__ Enrollment; 2__ Credential Issuance and Revocation; 3__ Help Desk/Call Center Support; 4__ IDMS or IDMS-like Operation and Maintenance; 5__ System Enhancement and Modification via managed services; 6__ Maintenance of the end to end TWIC system in accordance with Federal security standards. XXXXXX TSA will evaluate the qualification statements with preference to those who best meet the qualifications listed above. The above listed sections are of equal importance. A down-select will occur to the most qualified contractors who will receive a request for proposal (RFP). Requests for time extensions are not planned to be granted due to schedule constraints. RFP will be issued on or about May 8, 2006 with proposal submission on or about June 2, 2006. The award is estimated for July 31, 2006. XXXXXXXXXXXX Submission Criteria: Responses must be submitted via email to James J. Dawson, at james.j.dawson@dhs.gov. The Government will not be responsible for bid and proposal cost or any other pre contract costs of any kind. XXXXXX Responses must be time stamped (by the sending email system) by 5:00 pm Eastern Daylight time on April 7, 2006. Due to TSA restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB please divide into multiple email and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation. Qualification Statements time stamped after 5:00pm Eastern Daylight Time on April 7, 2006 will not be evaluated or considered for down-select. XXXXXXXXXXXX 3.2.3.3-1 False Statements in Offers (February 2003) Offerors must provide full, accurate, and complete information as required by this RFI/RFPs and its attachments. The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (End of provision) XXXXXXXXXXXX 3.9.1_3 Protest (February 2003) AS A CONDITION OF SUBMITTING AN OFFER OR RESPONSE TO THIS RFI/RFP (OR OTHER SOLICITATION, IF APPROPRIATE), THE OFFEROR OR POTENTIAL OFFEROR AGREES TO BE BOUND BY THE FOLLOWING PROVISIONS RELATING TO PROTESTS: XXX (a) Protests concerning Transportation Security Administration?s (TSA) Request For Information/Request For Proposals (RFI/RFPs) or awards of contracts 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; XXX (b) 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; XXX (c) The filing of a protest with the ODRA may be accomplished by mail, overnight delivery, hand delivery, or by facsimile. A protest is considered filed on the date it is received by the ODRA; XXX (d) 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; XXX (e) 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 or a RFI/RFP that are apparent prior to bid opening or the time set for receipt of initial proposals shall be filed prior to bid opening or 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, but which are subsequently incorporated into the solicitation, 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 improprieties, the protest must be filed on the later of the following two dates: (i) Not 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 Integrated Business Team, not later than five (5) business days after the date on which the Business Team holds that debriefing; XXX (f) Protests shall be filed at: (1) Office of Dispute Resolution, AGC-70, Federal Aviation Administration, 800 Independence Avenue S.W. Room 323, Washington, DC 20591, Telephone: (202) 267-3290, Facsimile: (202) 267-3720; (2) other address as specified in 14 CFR Part 17; XXX (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 RFI/RFP 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 on the Contracting Officer and other designated official(s); XXX (h) Additional information and guidance about the ODRA dispute resolution process for protests can be found on the ODRA Website at http://www.faa.gov. (End of provision) XXXXXXXXXXXX 3.2.2.3-16 Restriction on Disclosure and Use of Data (February 2003) Offerors who include in their submittals data that they do not want disclosed to the public for any purpose or used by the Government except for evaluation purposes, shall-- (a) Mark the title page with the following legend: 'This submittal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this submittal. If, however, a contract is awarded to this offeror or quote as a result of--or in connection with--the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (b) Mark each sheet of data it wishes to restrict with the following legend: 'Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this submittal. (End of provision) XXXXXXXXXXXX XXXXXXXXXXXX Note: A Word Document of above can be uploaded Monday into FedBizOpps for better reading.
 
Record
SN01018991-W 20060402/060331211950 (fbodaily.com)
 
Source
FedBizOpps 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.