Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2007 FBO #2015
SOLICITATION NOTICE

99 -- Commercial Aviation Flight Schedule Data

Notice Date
6/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSTS07-07-R-0043
 
Response Due
6/18/2007
 
Archive Date
6/18/2007
 
Description
The Department of Homeland Security, Transportation Security Administration (TSA) is soliciting for services to provide all commercial aviation flight schedule data (passenger/cargo/charter) on a weekly basis for a period of 12 months beginning week of July 29, 2007 including updates on a weekly basis retrievable by TSA in SSIM 7 file format via trap. This is a combined synopsis/solicitation for commercial items prepared in accordance with TSA Transportation Security Administration Acquisition Management System (TSAAMS) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSTS07-07-R-0043 which is issued as a Request for Proposal (RFP). This requirement will be an UNRESTICTED acquisition. The proposed contract will be for one (1) base year and four (4) one year options. The North American Industry Classification Code (NAICS) is 488190. Services anticipated to begin week of Sunday July 29, 2007. The proposed contract will be for one (1) base year and four (4) one-year options. Pricing for the base year and 4 term option years must be submitted. Invoice shall be submitted only once a month. The solicitation document and incorporated provisions and clauses are those in effect through the following provisions in TSA Acquisition Management Systems (TSAMMS). The following provisions apply to this solicitation. The solicitation incorporates one or more clauses by reference, with the same force and effect as if given in full text. Full text of a clause may be accessed electronically at http://www.tsa.gov/public/display?theme=84&content=090005198001349. The provisions of 3.2.2.5-1 Instructions to Offerors ?Commercial Items (August 2002) and the clauses 3.2.2.5-4 Contract Terms and Conditions-Commercial Items (February 2003) and 3.2.2.5-2 Evaluation-Commercial Items (August 2002) apply to this acquisition In accordance with 3.2.2.5-2 Evaluation-Commercial Items, offerors are advised that the Government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will be most advantageous to the Government based on best value criteria, price, timeliness, and other factors considered. The factors listed below will be used to evaluate offers: A. Compatibility with existing software. Contractor?s proposed service shall provide raw data to be compatible with existing software (i.e. SSIM format). Contractors will be required to provide test data, if requested by TSA, to allow TSA to conduct the necessary testing to ensure compatibility. Any offering found to be incompatible with existing software will be ineligible for award. B. Past Performance. Proposals shall provide a minimum of two (2) past performance references for contract services the offeror has provided which are similar in size and scope to this requirement. Verified/current points of contact shall be provided for each reference to allow the Government to speak with references about the nature and quality of service provided. When evaluating the factor, the Government will assign greater value to experience which is most directly related to the current requirement and for which customer references provide positive past performance reports which attest to their satisfaction with the offerors support. C. Completeness of Airline Schedule Coverage. Proposals shall detail the number and title of airlines included to illustrate the completeness of airline schedule coverage, inclusive of all US Flag. This should include a list of the schedule data that would be provided, as documented in SSIM Chapters and Appendices, such as airline names, flight numbers, departure/arrival cities, dates/times of flight sectors covered as well as the average number of schedule changes handled per month. Also included in this section shall be a discussion of resources available for the collection, validation and management of flight schedules and related flight input. This discussion shall include the identification of any resources that will be exclusively dedicated to support of TSA.. When evaluating this factor, the Government will assign greater value to proposals exhibiting the greatest breadth of airline schedule coverage, inclusive of schedules being rapidly available without time delay, as well as the availability of the greatest amount of resources to address the current FAMS requirements (to include exclusively dedicated resources). Carrier must include domestic and international routing. D. Minimum performance requirements include: 1. Operational IT support shall be provided which can be reached 24 hours per day, 7 days per week, via an Internet address or a toll free telephone number. 2. Verbal notification of airline reporting error shall occur within 2 hours of discovery (independent and proactively verify accuracy of schedules based on corporate expertise and knowledge and provide immediate personal notification upon recognition of possible error). 3. Proposals shall demonstrate the ability to deliver an ad hoc load should FAMS determine an additional mid cycle load is required. Pricing for ad hoc loads shall be proposed on a per occurrence basis, separate from other pricing. 4. Proposals shall demonstrate the ability to deliver a weekly report listing changes for each load (e.g. new airlines). It is important that weekly reports reflect items such as new aircraft, new airlines, airline closures and new city pair routes, etc. 5. Proposals shall specify a firm delivery date for each load and detail a notification procedure that will be followed if it is anticipated that delivery will be delayed for any reason. When delays are experienced, FAMS shall be given priority when correcting any delivery delays. When evaluating this factor, the Government will assign greater value to proposals which not only meet all minimum requirements, but which also exceed the Government?s requirements by offering additional benefits in a cost beneficial manner. E. Pricing. Offerors shall provide pricing to cover a 1 year base period and four (4) one year options in increments of 12 month period. Offerors shall assume the first date of service will be that of July 29, 2007. Pricing shall be broken down by weekly costs based upon 52 weeks of service. The weekly price shall be itemized to clearly show all components/services that are covered by the weekly price, to include the pricing for each of those components/services. The itemized list provided shall clearly show how the total weekly price is derived. Additionally, offerors shall provide a separate price for ad hoc loads which the Government may order on a per occurrence basis. Finally, the offeror shall also provide pricing for four (4) additional 12-month option periods (2008-2012) in the format just described. Evaluation factors in descending order of importance are compatibility with existing software, past performance, completeness of airline schedule coverage (without time delay), satisfaction of minimum performance requirements, and price. Technical evaluation factors when combined are more important than price. Award will be made only to contractors who have registered with the Central Contractor Registration. You can register at the CCR website: www.ccr.gov. Offerors must include a completed copy of TSA Acquisition Management System (TSAAMS) Provisions at 3.2.2.5-3 Offeror Representations and Certifications-Commercial Items (February 2003). To request a copy, contact Doretta Chiarlone @609-909-5732, email: Doretta.F.Chiarlone@secureskies.net. Please fill in applicable clauses. Clause 3.2.2.5-5 Commercial Items-Contract Terms & Conditions Required to Implement Statutes or Executive Orders (August 2002) is hereby incorporated by Reference; the following subparagraphs are applicable: (13) Equal Opportunity for Special Disabled Veterans, (16) Child Labor-Cooperation with Authorities and Remedies and (24) Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses are also included by reference: 3.6.2-2 Convict Labor (April 1996), 3.6.2-5 Prohibition of Segregated Facilities (February 2003), 3.6.2-9 Equal Opportunity (August 1998), 3.6.2-13 Affirmative Action for Workers with Disabilities (April 2000), 3.6.2-14 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (January 1998), 3.2.4-35 Option to Extend the Term of the Contract (February 2003)(should Government exercise option years)(Note: fill ins are 15 days and 5 years). Contractors are reminded that in accordance with subparagraph (p) (February 2003), ?Other Compliances? contained within 3.2.2.5-4 , the successful contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract. Additionally, offerors are advised that the following clause will pertain to any contract award: ?Release of Information? ? The Contractor shall not disclose, advertise, or release information without prior written approval from the Contracting Officer. Invoicing will be permitted to once a month and should be submitted in accordance with applicable provisions of Clause 3.2.2.5-4 which has been incorporated by reference herein. Questions concerning this combined synopsis/solicitation must be furnished in writing or by e-mail to: Doretta.F.Chiarlone@secureskies.net or at fax number (609) 625-4106. Your questions must be in writing and be e-mailed or faxed in sufficient time to be received by the Contracting Officer on or before Wednesday, June 13, 2007, 3:00 PM EASTERN STANDARD TIME. The date and time for the submission of proposals is MONDAY, JUNE 18, 2007, 3:00 PM EASTERN STANDARD TIME. Proposals shall be in writing and be signed, shall reference the RFP Number HSTS07-07-R-0043, and shall be sent to the attention of Doretta Chiarlone, Contracting Officer, William J. Hughes Technical Center, Bldg 202, Atlantic City International Airport, New Jersey, 08405. Proposals will be accepted via fax or e-mail provided they are received by the time and date established for receipt of proposals. Faxed proposals may be sent to Ms. Chiarlone @ (609) 909-5732. E-mailed proposals can be e-mailed to Doretta.F.Chiarlone@secureskies.net. Please note: It is the contractor?s responsibility to ensure proposals are received by the Contracting Officer.
 
Place of Performance
Address: Federal Air Marshal Service
Zip Code: 20171
Country: UNITED STATES
 
Record
SN01308319-W 20070603/070604102910 (fbodaily.com)
 
Source
FedBizOpps 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.