SOLICITATION NOTICE
63 -- TSA/STDO Deployment Integration Re-Compete Acquisition
- Notice Date
- 10/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
- ZIP Code
- 22202
- Solicitation Number
- Reference-Number-HSTS04-05-R-DEP979
- Response Due
- 11/3/2004
- Archive Date
- 11/18/2004
- Description
- 1. The TSA's Security Technology Deployment Office (STDO) is responsible for procuring and deploying technology to support the safety and security of the movement of people and baggage throughout the nation?s airports. STDO is responsible for ensuring that new Aviation Security Equipment (ASE) Systems and technologies provide airport level security benefits. STDO is planning for the modernization of the current ASE System which will support both legacy and new functional capabilities. 2. The STDO seeks a qualified firm(s) to provide deployment, installation and integration services for Government Furnished Security Equipment (GFSE). These services will include being able to provide the materials required to deploy, integrate and test GFSE at inter-modal transportation facilities geographically dispersed throughout the United States and US Territories. The locations will be designated by the Government. Contractor designs for installation shall be based on government furnished site assessment(s) and site survey data that will determine the unique geographic location for the operational security technology screening service level requirements. Contractor designs shall include the proper quantity and technology mix selected from a government furnished equipment (GFE) list that will meet the contractor(s) determined operational service level requirements. 3. Projected award of a contract is anticipated by December 31, 2004, with a period of performance from the date of award for a minimum of one (1) year and a maximum of five (5) years inclusive of all options. TSA seeks a firm(s) with a demonstrated capability, past experience, and technical expertise in the qualification requirements as outlined below. 4. Interested parties should submit five (5) copies of a Qualification Statement, not to exceed ten (10) 8 ? X 11 pages (with 1 inch margins and 12 point font), which addresses the following: a. Identify no more than three (3) projects requiring similar qualifications as this project that your company has performed within the past 3 years. Provide current and up-to-date names of the customers, names of the points of contact, with telephone numbers. Identify whether it was a Government or commercial entity. Describe the project, naming the team members/subcontractors and explaining their specific role in the project, and the dollar value of each team member?s contribution to the project. Points of contact should be notified that TSA may call for further clarification and information. b. Corporate resources; how this project will be supported and the decision-making processes that will be employed, including the ability to staff and initiate services upon award. 5. TSA will make a qualitative evaluation of the Qualification Statements using the criteria listed below. Each qualifying statement will be evaluated against the subject criteria. Based on these evaluations, a down-selection will possibly occur to the most qualified interested party(s) who will receive a request for proposals. If the Contracting Officer determines that the number of qualified statements received, exceeds the number at which an efficient follow-on competition can be conducted, the Contracting Officer may limit the number of interested party(s) included in the follow-on competition to the greatest number that will permit an efficient competition among the most highly rated Qualification Statements. The Criteria are listed in decreasing levels of importance. I. Demonstrated ability to perform site preparation, facility modifications, installation, integration, and acceptance testing of new technology in current operational systems/facilities. II. Demonstrated ability to control/manage cost, schedule, performance and risk in complex/dynamic programs/projects. III. Demonstrated ability to execute and manage large scale programs/projects of similar size, scope, and complexity in transportation environments (I.e., civilian, commercial, defense, and federal). IV. Demonstrated ability as a prime contractor to establish and manage a team of required expertise that will meet the stated requirements of this task. V. Demonstrated ability to work with Aviation Equipment Manufacturers or equipment of a similar level of complexity. 6. This announcement is for informational purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This announcement does not commit the Government to pay any costs incurred in the submission of responses. An interested party must be found qualified under this announcement in order to submit a proposal under the subsequent proposal. The interested party(s) will be notified in writing whether or not that they qualify for the Deployment/Integration proposal. If selected as a qualified source for the proposal, the qualified interested party(s) teams will be the only teams permitted to submit a proposal. Changes in teaming arrangements after this initial announcement shall invalidate an interested party(s) eligibility for consideration unless prior approval is obtained from the Contracting Officer. 7. AS A CONDITION OF SUBMITTING A RESPONSE TO THIS REQUEST FOR QUALIFICATION STATEMENTS, THE OFFEROR AGREES TO BE BOUND BY THE FOLLOWING PROVISIONS RELATING TO PROTESTS: 8. Any dispute arising out of this Request for Qualification Statements shall be resolved through the dispute resolution system at the FAA Office of Dispute Resolution for Acquisition (ODRA), and shall be governed by the procedures set forth in 14 C.F.R. Parts 14 and 17, which are hereby incorporated by reference. Judicial review, where available, will be in accordance with 49 U.S.C. 46110 and shall apply only to final agency decisions. A protestor may seek review of a final TSA decision only after its administrative remedies have been exhausted. 9. Responses may be submitted via email, to Larry.Phillips@dhs.gov; or by facsimile to 571-227-2913. Responses to this announcement letter, in order to be considered, must be received by 3:00PM, EST, Monday, 03 November 2004. 10. Point of Contact: Larry Phillips DHS/TSA Office of Acquisitions -- 25 West Tower 10th Floor 701 South 12th Street Arlington, Va. 22202 Telephone: 571-227-3854 Fax: 571-227-2911 Cell: 941-962-2224 Larry.Phillips@dhs.gov 10. Place of Performance: Address: Commercial Service Airports Nation wide. Postal Code: Various Country: United States of America & their Territories
- Place of Performance
- Address: Commercial Service Airports, Nation & Territory Wide
- Zip Code: Various
- Country: USA and Some Territories
- Record
- SN00695702-W 20041021/041019211511 (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 |