Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2002 FBO #0077
SOLICITATION NOTICE

R -- Strategic Airport Security Rollout

Notice Date
2/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, Transportation Security Administration, Headquarters TSA, 400 7th Street SW Room 5106, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
DTTS59-02-R-00001
 
Response Due
3/12/2002
 
Archive Date
3/27/2002
 
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
Contracting Office Address Department of Transportation, Transportation Security Administration, Headquarters TSA, 400 7th Street SW Room 5106, Washington, DC 20590 Description TSA Acquisition Announcement. The Department of Transportation (DOT)/Transportation Security Administration (TSA) has initiated an accelerated competition for the management of a program of critical importance and urgency to our country. The acquisition is to obtain the services of one or more prime contractors to the TSA whose task will be to support and coordinate the multi-phase, multi-workstream, process of new security operations across 427 airports across the United States. These operations and processes are urgently needed in ordered to meet the requirements and deadlines of the Aviation and Transportation Security Act of 2001. This acquisition will consist of two phases. Phase I -Planning must be completed no later than May 15, 2002. In Phase I - Planning, the contractor(s) will be responsible for the following for each of its assigned airports: 1. Facilitating workstream review processes with TSA teams, reviewing projected resource and cost estimates required to execute/implement workstream events, and refine workstreams to address constraints and functional stakeholder gaps. 2. Develop master plans and schedules that capture all workstream events and highlight critical path items, communicate master plan and schedule to workstream teams, project resources, key constituencies and TSA leadership, create and communicate master plan and schedule update procedures, and create weekly progress report formats to highlight successes and delays in master plan and schedule. 3. Work with TSA to communicate master plan and schedule with key personnel at assigned airports, work with the airports to identify issues, and assist in resolving obstacles or revise plan as necessary. 4. Work with TSA to communicate master plan and schedule with key public stakeholders (e.g., Law Enforcement, airport authorities, etc.) and private stakeholders (e.g., ATA, Sky Chefs, airport vendors, etc.), work with public stakeholders to identify issues, and assist in resolving obstacles or revise plan as necessary. 5. Revise and update plan continuously to reflect master plan execution and associate changes. Phase II - Implementation/Rollout must be completed by October 30, 2002. Phase II - Implementation/Rollout will consist of rolling out all the process to each assigned airport. In Phase II - Implementation/Rollout, the contractor(s) will be responsible for: 6. Identifying required internal and external resources to implement the workstreams and coordinate personnel hiring and training in conjunction with the master schedule. 7. Assist workstream team leaders in the coordination of project events with local constituencies. 8. Coordinate equipment installation events with workstream team leaders and provide overall project management including securing all necessary permits and contracts required for installation (requires coordination with local airlines, airports, and all appropriate non-Federal governments), cooperation with airports and airlines to develop mutually agreed installation plans, issue contracts/manage trades to provide necessary installation support, manage OEM field service support, and ensure procurement schedule aligns with implementation critical path of machine delivery, site preparation, personnel hiring and training, and SAT/FAT certifications. 9. Use installation performance metrics to capture lessons learned and ensure that lessons are incorporated during future implementations. 10. Revise and update plan continuously to reflect master plan execution and associated changes. The solicitation will be conducted using full and open competition to ensure the widest possible participation among qualified companies; however, due to the urgency of this requirement and its national security implications, the normal posting and proposal submission time frames are being waived. The Request for Proposals will be released on February 20, 2002. Proposals are due on March 12, 2002. The applicable NAICS code is 541611. The following subcontracting goals are being established: 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. The solicitation is available electronically via the Government's electronic posting Web site at http://www.eps.gov (reference solicitation DTTS59-02-R-00001 under the Department of Transportation, Transportation Administrative Service Center). THE GOVERNMENT WILL NOT DISTRIBUTE HARD COPIES OF THE SOLICITATION; DISTRIBUTION WILL ONLY BE DONE VIA THE AFOREMENTIONED METHOD SO FIRMS SHOULD NOT RESPOND TO THIS NOTICE BY REQUESTING TO BE PLACED ON A SOLICITATION MAILING LIST. The solicitation and related documents will be provided in Microsoft Word format. The solicitation will have instructions for providing questions and comments. DOT anticipates that all subsequent solicitation documents (e.g., amendments to the RFP and responses to questions) will be disseminated to offerors via the same method. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Point of Contact Richard Lieber, Contracting Officer, Phone (202) 366-4953, E-mail to Richie.Lieber@tasc.dot.gov
 
Record
SN00027237-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 |
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.