SOLICITATION NOTICE
R -- Synopsis for Program Analysis & Strategic Support (PASS)
- Notice Date
- 4/9/2020 9:05:10 AM
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- STAD ARLINGTON VA 20598 USA
- ZIP Code
- 20598
- Solicitation Number
- 70T04020Q9CAP8003
- Response Due
- 5/1/2020 9:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Aubrey Gainfort, Jason Richards
- E-Mail Address
-
aubrey.gainfort@tsa.dhs.gov, Jason.Richards@tsa.dhs.gov
(aubrey.gainfort@tsa.dhs.gov, Jason.Richards@tsa.dhs.gov)
- Description
- The Transportation Security Administration (TSA) intends to issue Request for Quote (RFQ) 70T04020Q9CAP8003 for Program Analysis and Strategic Support (PASS) services. The purpose of PASS is to improve the efficacy of TSA programs and projects and assist in the successful facilitation of efforts to introduce and/or enhance technological products, services, systems, security, and capabilities to TSA components and offices. This RFQ will be issued under the General Services Administration (GSA) Professional Services Schedule (00CORP), Mission Oriented Business Integrated Services, Special Item Numbers (SIN) 874-1 Integrated Consulting Services and 874 7 - Integrated Business Program Support Services as an unrestricted procurement. TSA intends to award a single Blanket Purchase Agreement (BPA) with a 5-year period of performance. The total estimated value of this BPA is $350,000,000.00. TSA anticipates release of RFQ prior to May 1, 2020. A draft version of the Performance Work Statement is provided as an attachment to this synopsis to allow interested parties to familiarize themselves with the requirement. TSA does not intend to respond to questions prior to the release of the RFQ. Evaluation of quotes is planned to be conducted in two phases. Phase I will consist of a written response to a sample Statement of Objectives and describing Prior Experience. Following evaluation of Phase I, the Government will provide an advisory notice informing Quoters if they are among the most viable to proceed to Phase II. This will be an advisory notice only. Phase II will consist of an Oral Presentation covering the following factors: Management Approach, Technical Approach, and Prior Experience Additionally, Phase II will include a written element covering Socio-economic Considerations and Price. TSA intends to award a single BPA to the Quoter whose Quote provides the best value to the Government based on a trade-off analysis among non-price and price factors. Prospective Quoters are hereby notified that future information concerning this requirement will only be available on the BetaSam website www.beta.sam.gov. Prospective Quoters are responsible for monitoring the BetaSam.Gov website to ensure that they have the most up-to-date information. This notice is not considered to be a commitment by the Government, and the draft PWS and information contained herein are subject to change or cancellation prior to solicitation release.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/45436719757c4b02a6922735e10a0441/view)
- Place of Performance
- Address: Springfield, VA 22150, USA
- Zip Code: 22150
- Country: USA
- Zip Code: 22150
- Record
- SN05615813-F 20200411/200409230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |