SOURCES SOUGHT
B -- Business Case Analysis to compare SPP airports to fully federal airports
- Notice Date
- 12/1/2006
- Notice Type
- Sources Sought
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-RFISPP011
- Response Due
- 12/11/2006
- Description
- Sources Sought/Request for Information Business Case Analysis for SPP Airports This is a Request for Information (RFI) on a Business Case Analysis (BCA) for Screening Partnership Program (SPP) Airports. Pursuant to Section 44919 and 44920 of the Aviation and Transportation Security Act (ATSA), Public Law 107-71 (November 18, 2001), the Transportation Security Administration established a Screening Partnership Program in which airports apply to have screening of passengers and baggage at the airport carried out by screening personnel of qualified private companies. Four years into the program, the TSA is seeking industry participation in assisting in the development of an acquisition strategy for procurement of a Business Case Analysis to determine the relative efficiency and effectiveness, relating to both cost and performance, of federally-screened versus privately-screened airports. This BCA will be used to assist senior TSA leadership with strategic decisions regarding the degree to which TSA should leverage public/private partnerships in the area of screening services. The purpose of this RFI is to: (1) gather ideas as to whether the attached draft Statement of Work encompasses all aspects needed to conduct a meaningful Business Case Analysis, (2) identify potential bidders based on the submitted capability statements, and (3) finalize the acquisition strategy for the BCA. TSA intends to either set aside this effort as a small business limited competition or establish it as an 8(a) set-aside. However, should no qualified small business respond to this RFI, this effort would be opened to large businesses. (It should be noted that TSA accepts Mentor-Prot?g? relationships.) Responses to this RFI shall include: A capability statement; Indication of business size status; Contractor?s facility clearance level (minimum SECRET level required) Comments on the draft SOW and approach; and A suggested timeline and milestones for the effort. Submissions are restricted to no more than ten (10) pages in length. Offerors in their capability statement should describe at a minimum their expertise and experience in system modeling, return on investment analysis, and any performance analysis related to developing, analyzing, and comparing public versus private costs. Responses are required to include the firm name, mailing address, telephone and facsimile numbers, company web site, size of firm, number of years providing representative modeling and analysis work, and direct points of contact including phone and e-mail addresses. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS. Additionally, the Government WILL NOT provide reimbursement for any information that may be submitted in response to this RFI. The results of this RFI will be used in the development of the final Request for Proposal, and will be used in narrowing the field of potential offerors to which the final RFP will be sent. All information in response to this RFI shall be submitted no later than December 11, 2006 to the following email address: Laura.montoya@dhs.gov. Please note that the collection of this data does not obligate the Government to the incorporation of the solicited comments nor does it obligate the Government to the procurement of the services. TSA thanks all respondents for their comments and inputs.
- Record
- SN01189243-W 20061203/061201220336 (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 |