Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOURCES SOUGHT

R -- Crew Member Self Defense Training

Notice Date
3/6/2012
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS0712RFI0046
 
Archive Date
4/21/2012
 
Point of Contact
Steve L Davis, Phone: 609-813-3370
 
E-Mail Address
steve.davis@dhs.gov
(steve.davis@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement CREW MEMBER SELF DEFENSE TRAINING PROGRAM DESCRIPTION This is a TSA-Office of Law Enforcement Sources Sought Announcement for operational management on the Crew Member Self Defense Training (CMSDT) program. CMSDT was developed in response to the Vision 100 - Century of Aviation Reauthorization Act, whereby the TSA makes available to crew members of all U.S. passenger and cargo airlines a voluntary self defense training program. The CMSDT program has grown from four original training locations to the current national network of training sites in which thousands of airline crew members have been instructed in CMSDT. Experienced self defense instructors are identified locally within the vicinity of each training site. Each instructor candidate must successfully complete specialized CMSDT instructor training conducted by the Federal Air Marshal Service (FAMS). The highest level of quality instruction is maintained across the full nationwide network of sites through rigorous quality assurance monitoring of instructional technique and compliance to the curriculum. As part of its market research, TSA is issuing this sources sought announcement to determine if there exists an adequate number of vendors capable of providing the overarching business and administrative management in support of the CMSDT program. The below work statement describes only the draft contemplated possible scope of services and may vary from the final Statement of Work included in any Request for Quotations (RFQ) or Request for Proposal (RFP). The anticipated period of performance is from January 1, 2013, until December 31, 2013. This requirement will also include four additional one-year options for extended services. OBJECTIVES The major objective on the CMSDT program is to provide the comprehensive operational management of this congressionally mandated program. The CMSDT program, which also serves as one of TSA's "20 Layers of Security", is a high profile program comprised of diverse stakeholders. A. The Contractor shall furnish all personnel, supervision, management, equipment, materials, and supplies required to plan, schedule and coordinate training, compliant with the FAMS CMSDT curriculum at each identified training location. At each location, the contractor shall make available a part-time training venue consistent with TSA facility requirements. It is anticipated that each site will be staffed with a part-time administrator, a part-time lead instructor, and approximately five part-time assistant instructors. B. Qualified crew members consist of US commercial and cargo pilots, flight attendants and associated personnel such as flight navigators and industry stakeholders as approved by the TSA program office. From this community, it will be anticipated the Contractor will have a proven capability in implementing successful outreach initiatives to improve program attendance. Projects would include, but are not limited to, conducting program analysis and providing recommendations to increase attendance, meeting and establishing relationships with airline industry representatives, implementing effective outreach initiatives, and recommending and developing promotional activities and materials that will serve to enhance crew member participation in CMSDT. C. The Contractor shall demonstrate a proven record providing high-quality customer service skills, assisting crew members effectively with timely accurate program and schedule information, tactfully responding to crew member inquiries, maintaining and disseminating upcoming CMSDT training schedules and program materials, consistently able to complete supporting paperwork and data entry as required, and accurately capturing customer information. D. The Contractor shall provide a qualified business model that will ensure adequate supervision at the site level as well as the implementation of strong program management processes across the operational CMSDT network. The Contractor Project Manager will work closely with TSA's Contracting Officer's Technical Representative (COTR) keeping the COTR appraised of daily operations and program issues, and, will be a significant contributor to CMSDT strategic planning, as well as, responsible for achieving program expansion objectives. At minimum, the designated Project Manager shall be responsible for the following duties across the CMSDT network: 1. Interviewing, hiring, coordinating with the TSA Security Office for mandatory security background investigative checks, and terminating contracted personnel if deemed necessary. 2. Coordinating Federal Air Marshal Service training classes for identified instructor candidates. 3. Drafting monthly, quarterly, and annual deliverables for review and concurrence by the TSA COTR and TSA management officials. 4. Providing necessary operations research, business and administrative support such as: planning, organizing, managing, coordinating, and tracking (e.g. report management, cost/schedule/performance measurement, risk management, data management) required to perform all activities successfully as required in accordance with the SOW. 5. Implementing outreach initiatives that successfully increase the CMSDT attendance rate. 6. Demonstrating a high level of customer service and professionalism. TRAINING SITE LOCATIONS The contractor shall possess the capability to provide CMSDT at a total of eleven (11) training locations as described below: TSA has selected four (4) Mandatory Required Training Site Locations (see Mandatory Required Training Site Locations). In addition, the Contractor shall propose to the TSA an additional seven (7) training sites from the list, "Selected Training Site Locations Mandatory Required Training Site Locations Atlanta Chicago Dallas Miami/Ft Lauderdale Selected Training Site Locations New York/Newark Denver Detroit Salt Lake City Phoenix Memphis Memphis Minneapolis Seattle Washington, DC Charlotte Los Angeles Cincinnati Houston San Francisco The contractor shall also possess the capacity to provide training at future locations to be determined at a later date, as deemed necessary. RESPONDENTS All interested parties responding to this sources sought announcement must submit a Technical Capabilities Statement, and at minimum, address the following: 1. Vendor's capability of successfully providing state-of-the-art self defense instruction. 2. Vendor's capability to strategically provide self defense instruction at a minimum of 11 CMSDT training sites as listed above. 3. Vendor's capability of successfully providing an on-site Project Manager and support staff to manage and oversee self defense instruction across 11 CMSDT training sites as listed above. At minimum, the vendor should address its capability of successfully fulfilling the requirements as outlined in Objectives A, B, C and D above. 4. Vendor's capability to remain financially stable while providing self defense instruction at a minimum of 11 CMSDT training site locations. 5. The vendor shall list and describe two (2) projects/contracts that have been performed within the past three (3) years that are similar in size, scope and complexity of this TSA proposed requirement. 6. Vendor's capability to provide personnel who will receive a favorable background investigation, ultimately receiving a security clearance. There is no page limit on responses. All responses should include the responding organization's name, and individual point of contact, physical address, email address, and phone number. Vendors shall submit their technical Capabilities Statement via email to steve.davis@dhs.gov on or before March 28, 2012, 4:00 pm EST. Responses to the RFI will not be returned. Vendors are solely responsible for all expenses associated with responding to the RFI. TSA will not pay for information received in response to this RFI. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. OTHER INFORMATION The Government may use the responses to this RFI for information and planning purposes. If proprietary or otherwise restricted information is submitted, it must be appropriately marked. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as "Proprietary or Confidential" will be kept confidential. Note that we cannot accept encrypted responses. No classified submissions will be accepted. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Any solicitation resulting from this RFI will be announced separately. Based on your response to this RFI, the Government may contact you for follow-up questions and/or a one-on-one session.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS0712RFI0046/listing.html)
 
Place of Performance
Address: Various, United States
 
Record
SN02690096-W 20120308/120307120537-7afba30ef7af51b8942a5d931073e85e (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.