SOURCES SOUGHT
R -- Catalog of Testing and Assessment System to provide both pre-hire assessments and post-hire job skills assessments - Draft CATS SOW - Capabilities Questionnaire
- Notice Date
- 12/31/2014
- Notice Type
- Sources Sought
- NAICS
- 541612
— Human Resources Consulting 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
- HSTS01-15-I-HRM015
- Point of Contact
- Deirdre Eischens, Phone: 571-227-4401, Victor Carden, Phone: (571) 227-4834
- E-Mail Address
-
deirdre.eischens@tsa.dhs.gov, Victor.Carden@tsa.dhs.gov
(deirdre.eischens@tsa.dhs.gov, Victor.Carden@tsa.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Questionnaire Draft Statement of Work The Transportation Security Administration (TSA) under the Department of Homeland Security (DHS) is requesting information and conducting market research to establish a Catalog of Assessments and Testing System. It is important to note responses to this RFI are solely for the purpose of market research. Neither do they constitute pre-competition nor will they be evaluated in any way. Likewise, this RFI does not represent an official Acquisition Plan, nor does it commit the U.S. Government to any course of action in the future. This RFI is issued solely for market research, planning, and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement; no basis for a claim against the Government shall arise as a result from a response to this notice or Government use of any information provided. The Government does not intend to award a contract based solely on responses to this RFI; nor will the Government pay for information solicited hereunder. Each respondent, by submitting a Response, agrees that any cost incurred by it in responding to this request or in support of activities associated with this RFI shall be the sole responsibility of respondent. The Government shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI. Responses: Interested parties are requested to provide a written summary of their Capabilities Statement, which shall also include and address the questions outlined in the attached Capabilities Questionnaire. The Statement of Work (SOW) in its current form provides respondents the minimum requirements of the TSA. It is TSA's intent to use information gathered in response to this Notice to 1) assist in its market research to determine whether to, in accordance with applicable laws, set-aside, or solicit offers from all responsible sources, and 2) to gather information on commercial items/solutions available in the market place to create, deliver, administer, and manage assessments for TSA's workforce positions, as required. The system will be used by TSA to evaluate candidates and incumbents within a variety of positions including Transportation Security Officers (TSOs); Screening Partnership Program (SPP) screeners; Federal Air Marshals (FAMs); management, administrative, and professional (MAP) positions; and executive positions. These positions will be in a variety of business, technical, and security operations-related disciplines at the entry-level, team lead, first-line supervisor, manager, and executive levels. The contractor shall also perform certification tests for TSA's current TSO workforce including both online and offline capabilities each year. The overall web-based solution shall be capable of providing both pre-hire assessments and post-hire job skills assessments. Furthermore, the responses obtained will assist TSA with ensuring any final requirement is clearly defined to mitigate potential cost, schedule, and performance risk. The Government believes industry feedback is important and is receptive to questions or comments from industry highlighting potential technical problem areas associated with this effort. The SOW describes current contemplated possible scope of services and may vary from the work scope if a final Statement of Work or Performance Work Statement is solicited. TSA's objective is to provide industry with an opportunity to gain a better understanding of the CATS requirements. To assist TSA with identifying potential sources that possess the specific expertise, capabilities, and experience to meet the requirements of the SOW, the attached Capabilities Questionnaire has been developed. Respondents to this notice shall provide a written capabilities statement, which includes and addresses the questions outlined in the questionnaire, and any relevant information that specifically addresses the company's capabilities to provide the services outlined. Capabilities Statements shall be no longer than 15 pages (not including price estimate). It is particularly important for the TSA to understand the cost model for an entity to provide the support described in the SOW. Therefore, respondents are encouraged to provide a rough order of magnitude (ROM) for the requirements described. Only electronic submissions will be accepted via email. Electronic files larger than 5MB shall be broken down into multiple files with no one file exceeding 5 MB. Each electronic submission shall include: • RFI number HSTS01-15-I-HRM015 and "Capability Questionnaire Responses" in the Subject Line In the body of the email, include a vendor Point of Contact (POC), phone number and email address of the person to be contacted regarding any correspondence between the Government and the Vendor. This person should be a primary contact and capable of addressing questions or issues associated with the submission and content of the Capability Questionnaire. The deadline for responses is 4:00PM, local Washington DC time on or before January 22, 2015 Respondents must submit their information in electronic versions to Mr. Victor Carden via e-mail at victor.carden@tsa.dhs.gov in either read-only Microsoft Word 2010 or Adobe Acrobat 9.0 PDF format. The Government does not intend to respond to vendor submissions, however, reserves the right to schedule one-on-one meetings with vendors to discuss information provided in response to this RFI. To aid TSA, please segregate and mark proprietary information. Proprietary information, if any, should be minimized and MUST BE CLEARY MARKED. All information received in response to this RFI that is marked proprietary will be handled accordingly.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-15-I-HRM015/listing.html)
- Place of Performance
- Address: U.S. Department of Homeland Security, Transportation Security Administration, 701 S. 12th Street, Arlington, Virginia, 20598-6025, United States
- Zip Code: 20598-6025
- Zip Code: 20598-6025
- Record
- SN03607228-W 20150102/141231234014-336a58f245daef1711b9a3995dca400d (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 |