Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2005 FBO #1452
SOURCES SOUGHT

D -- TSA Threat Assessment Screening Gateway

Notice Date
11/15/2005
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
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
21-06-206TTCXXX
 
Response Due
11/22/2005
 
Archive Date
12/7/2005
 
Description
Requirements for support of TSA?s Screening Gateway: this is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified small business sources. Responses to this sources sought synopsis will be used by the government to make appropriate acquisition decisions-see submittal requirements below. The Transportation Security Administration is seeking to determine the availability of small business sources for a potential contract to provide operations and maintenance services, as well as systems development services, as stated by the overview and 1. Overview ? provide services for maintenance, modification, customer support and configuration management support for the Transportation Threat Assessment and Credentialing (TTAC) Screening Gateway (SG). The SG supports background checks and security threat assessments on populations within the transportation, to include Hazmat drivers, Registered Travelers, and persons with a Transportation Worker Identification Credential (TWIC). The effort will also entail new development to add new programs to the Screening Gateway. The SG is an internet based system running on Solaris and Oracle 9i platforms, and uses J2EE. The infrastructure consists of Cisco routers, firewalls, switches and appliances. . In addition this effort requires that all contractor personnel have security clearances (at least secret). Some personnel are required to work on-site at a TSA facility in Maryland. Below are specific requirements. 2. Requirements - The following describes requirements for this project. A. Modification: The contractor shall modify and test the system in response to changes in existing Program requirements. B. Maintenance: The contractor shall fix and test system problems, bugs or other errors. This would include support for all existing programs that are integrated into the Gateway. C. The contractor will need to add new automated data source interfaces for the SG. We plan for about two new data sources per year. Examples of new data sources would be DoD files for military service histories or VA files for lists of persons who have been declared mental defectives. D. Training and Customer Support. The contractor shall provide help desk and training services for up to an estimated 50 users per year. This should include one training class each quarter for new employees. E. Support for mailings, appeals and waivers: The SG has the ability to process appeal and waiver requests and to print and mail security threat assessment notifications, appeals results and waiver results documentation to commercial drivers license holders with hazardous materials endorsements. The contractor will be responsible for operating the SG and for mailing of the notifications, appeal and waiver decisions to the drivers, and when appropriate, to the employer of the drivers. There are over 30 template letters that are used. The contractor is also responsible for digitization of appeals and waivers received from drivers. Volumes: No Security Threat Notification: 380,000 per year, estimated at one page each, Initial Notification of Security Threat: 80,000 per year, estimated at two pages each, Appeals: 40,000 per year, each requiring an estimated 10 pages to be digitized, Waivers: 50,000 per year, each requiring an estimated 10 pages to be digitized, Application Forms: 2,000 per year, each requiring as estimated 2 pages to be digitized, Responses to Appeal and Waiver Applicants: 80,000 per year, estimated at two pages each, Revocation Notice to Employer: 20 per year, estimated at one page each. F. Systems Administration: The contractor shall perform systems administration of hardware & software platforms to include Oracle Database Administration. G. Security: The contractor shall develop and/or update documentation and perform other actions that may be required for security accreditation and/or maintenance of authority to operate (ATO) of the SG that result from modifications or changes and the contractor will provide the ISSO for the SG. H. Privacy: The contractor shall provide support for Privacy Impact Assessments (PIA) when required for major system modifications. The SG hosts applications that have uses that require privacy impact assessment as well as other documentation and assessments. The contractor shall support development of, or changes to, the existing PIAs and Systems of Records Notifications (SORN) for these programs, when required. I. Configuration Management: Develop and maintain configurations and configuration documentation for the SG and provide administrative support for the Configuration Control Board, the Security Review Board and the Engineering Review Board. J. Inventories: Provide for inventory tracking and tracking of hardware/software licenses and maintenance agreements and provide the government with at least 60 days advance notice when renewals are due. Submittal requirements below: Interested small business should provide past experience summaries that show experience in not only the infrastructure support, security, and privacy, but also on-going support and new development of similar type threat assessment applications. Respondents are encouraged to provide other information that would indicate their capability to perform this work. It is requested that the information requested in this sources sought not exceed five pages. Responses to this notice should include company name, address, point of contact, cage code, size of business pursuant to the applicable North American industrial classification system (NAICS) and must respond to the following questions: (1) does your firm qualify as a small, or a small, disadvantaged business? (2) If disadvantaged, specify under which socio-economic group and is your firm certified under section 8(a) of the small business act? (3) Is your firm a certified "hub zone" firm? (4) Is your firm a woman-owned or operated business? (5) Is your firm a service-disabled veteran owned and veteran-owned? This is not a request for proposals and in no way obligates the government to award any contract. Responses to this notice shall be in writing by e-mail addressed to William.Melanson@dhs.gov. Responses must be received in writing no later than 12:00 p.m. Local time on November 22, 2005. Telephone responses will not be accepted. Firms responding to this announcement, which fail to provide all of the required information, cannot be used to help the government make the acquisition decisions, which is the intent of this synopsis. This notice is to help TSA in determining potential sources only. No solicitation is currently available. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. A response to this sources sought synopsis is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Record
SN00931984-W 20051117/051115211522 (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.