SOURCES SOUGHT
R -- Security Screening Services for Multiple Airports Within the State of Montana
- Notice Date
- 6/1/2007
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol 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
- HSTS01-07-R-SPP055
- Response Due
- 6/21/2007
- Archive Date
- 7/6/2007
- Description
- REQUEST FOR INFORMATION (RFI) ON SCREENING PARTNERSHIP PROGRAM. Pursuant to Section 44920 of the Aviation and Transportation Security Act (ATSA), Public Law 107-71 (November 19, 2001), the Transportation Security Administration (TSA) established the Screening Partnership Program (SPP) in which an airport may apply to have the screening of passengers and baggage at the airport carried out by screening personnel of a qualified private company (also referred to as the Opt-Out program) under a contract entered into with TSA. The TSA is seeking industry participation in the development of the acquisition strategy for the procurement of services for passenger and baggage screening workforce management for disparate locations within a given state or regional area (e.g. a group of states). Specifically, TSA is currently considering the state of Montana for a single contract for multiple airports in order for all airports involved to receive passenger and baggage screening services under the Screening Partnership Program. Some of the airports involved may currently have screening services provided by TSA, and some may not. This RFI serves as a means of gaining ideas relevant to the development of an effective acquisition approach to procure passenger and baggage screening services operated in multiple locations under a single contract vehicle. This requirement will include Human Resources functions, such as the recruitment, assessment, and the training of screeners. TSA seeks to implement a procurement process that (a) follows ATSA; (b) encourages innovation and cost savings while ensuring security; (c) provides flexibility to meet changing security needs; (d) streamlines the issuance of contracts; and (e) encourages competition. The estimated period of performance will be a base period plus four one-year options. This RFI serves as a means of gaining ideas relevant to the following: (1) Acquisition Strategy, (2) Contract Structure, (3) Contract Type, and (4) Performance Standards/Metrics (to be used as cost and performance incentives); (5) Identification of cost drivers; (6) Control Issues; (7) Suggested methods to ensure TSA oversight; (8) Proposal Evaluation Criteria; (9) Information contractors feel they would need in the Request for Proposal (RFP) to make an informed proposal; (10) Identification of possible opportunities for small business participation; and (11) Ideas on how to best achieve the objectives listed above. Industry input shall not include proprietary information, nor shall the comments deviate from any of the requirements for the program, Section 44920 of the Aviation and Transportation Security Act (ATSA) (P.L. 107-71). This announcement is for a submission of a WHITE-PAPER, it is NOT a request for proposals, nor is it a request for capability statements. TSA is not accepting unsolicited proposals. The Government WILL NOT provide reimbursement for any information that may be submitted. The results of this RFI will be used in the development of: a formal solicitation which is contemplated for release in the latter part of 2007 or early 2008. The resulting formal criteria for the solicitation will be announced at the Federal Business Opportunities website. All information in response to this RFI shall be submitted no later than June 21, 2007 to the following email address: OPT-OUT@tsa.dhs.gov. Early responses are encouraged. All submissions are restricted to no more than ten (10) pages in length. 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 these services. TSA thanks all respondents for their comments and input. Point of Contact Tony Ross, Contract Specialist, Phone 571-227-4835, Fax null, Email OPT-OUT@tsa.dhs.gov
- Place of Performance
- Address: The State of Montana
- Zip Code: 00000
- Country: UNITED STATES
- Zip Code: 00000
- Record
- SN01308322-W 20070603/070604102914 (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 |