SOURCES SOUGHT
R -- Strategic Airport Rollout Plan
- Notice Date
- 2/15/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of Transportation, Transportation Security Administration, Headquarters TSA, 400 7th Street SW Room 5106, Washington, DC, 20590
- ZIP Code
- 20590
- Solicitation Number
- Reference-Number-TSA-BAA-02-02
- Response Due
- 2/22/2002
- Archive Date
- 3/9/2002
- Point of Contact
- Richard Lieber, Contracting Officer, Phone (202) 366-4953, Fax (202) 366-9848, - Richard Lieber, Contracting Officer, Phone (202) 366-4953, Fax (202) 366-9848,
- E-Mail Address
-
Richie.Lieber@tasc.dot.gov, Richie.Lieber@tasc.dot.gov
- Description
- TSA Broad Agency Announcement (BAA-02-02) The Department of Transportation (DOT)/Transportation Security Agency (TSA) has initiated an accelerated competition for the management of a program of critical importance and urgency to our country. This program is to support and coordinate the establishment of the TSA Public Affairs Office. The purpose of this announcement is to solicit responses from firms capable of being the prime contractor. Any potential prime contractor must have the experience, resources, and past performance judged to offer a low risk and high probability of success. Specifically, the prime contractor must provide, at a minimum, a wide range of communications and Human Resource services that require knowledge of the public relations business and the federal civil service; experience in creating an effective communications and public affairs organization; provide staffing support for both Headquarters and regional offices; develop public communication strategies to support the establishment of TSA presence at all airports in the US where passenger service is offered; and provide support staff to respond to news media inquires. The Transportation Security Administration has established the following anticipated subcontracting goals for this program: 40% of subcontracting dollars be awarded to small business; 5% to Small Disadvantaged Business; 5 % to Woman-Owned Business; 3% to Service Veteran-owned small business. As stated above, this announcement is seeking sources that can compete at the prime contractor level. Any firm with the experience, resources, and past performance sufficient to establish its capability to perform as the prime contractor shall submit a capability statement not to exceed five pages (at no less than 10-point font) that describes the specific contribution the firm could make to satisfy the various tasks cited above. The capability statement(s) is/are to be emailed to the Contracting Officer at richie.lieber@tasc.dot.gov not later than 1:00 PM EST on Friday, February 22, 2002. All capability statements received from firms interested in participating at the subcontract level will be provided to the prospective prime contractors. Statements exceeding the page lengths cited above or received after the due date will be discarded. The importance of this initiative to our country and its people is self-evident, as is its urgency. Those who are chosen will be part of a mission-critical team responsible with TSA to success in protecting the American people and guests of this great nation.
- Record
- SN00027236-W 20020217/020215213106 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |