SOURCES SOUGHT
U -- Catalog of Assessments and Testing System (CATS) - HSTS01-13-I-HRM047
- Notice Date
- 6/24/2013
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
- ZIP Code
- 20598
- Solicitation Number
- HSTS01-13-I-HRM047
- Archive Date
- 7/16/2013
- Point of Contact
- Victor H Carden, Phone: 571-227-4834
- E-Mail Address
-
Victor.Carden@dhs.gov
(Victor.Carden@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- HSTS01-13-I-HRM047 Capabilities Questionnaire HSTS01-13-I-HRM047 DRAFT Statement of Work HSTS01-13-I-HRM047 RFI CATALOG OF ASSESSMENTS AND TESTING SYSTEM (CATS) Request for Information (RFI) The Transportation Security Administration (TSA) under the Department of Homeland Security (DHS) is requesting information and conducting market research to establish a Catalog of Assessments and Testing System (CATS). The purpose of the CATS system will be used by TSA to evaluate candidates for a variety of positions including administrative, management, professional, and executive positions. It is important to note responses to this RFI are solely for the purpose of market research. Neither do they constitute pre-competition nor will they be evaluated in any way. Likewise, this RFI does not represent an official Acquisition Plan, nor does it commit the U.S. Government to any course of action in the future. This RFI is issued solely for market research, planning, and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement. The Government does not intend to award a contract based solely on responses to this RFI, nor will the Government pay for information solicited hereunder. Each respondent, by submitting a Response, agrees that any cost incurred by it in responding to this request or in support of activities associated with this RFI shall be the sole responsibility of respondent. The Government shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI. RESPONSES Interested parties are requested to provide a written summary of their Capabilities Statement, which shall also include and address the questions outlined in the attached Capabilities Questionnaire The DRAFT Statement of Work (SOW) in its current form provides respondents the minimum requirements of the TSA. For the purpose of this RFI, the attachments to the draft SOW will not be provided. It is TSA's intent to use information gathered in response to this Notice to 1) assist in its market research to determine whether to, in accordance with applicable laws, set-aside, or solicit offers from all responsible sources, and 2) to gather information on commercial items/solutions available in the market place. Furthermore, the responses obtained will assist TSA with ensuring any final requirement is clearly defined to mitigate potential cost, schedule, and performance risk. The Government believes industry feedback is important and is receptive to questions or comments from industry highlighting potential technical problem areas associated with this effort. The DRAFT SOW describes current contemplated possible scope of services and may vary from the work scope if a final SOW is solicited. To assist TSA with identifying potential sources that possess the specific expertise, capabilities, and experience to meet the requirements of the SOW, the attached Capabilities Questionnaire has been developed. Respondents to this notice shall provide a written capabilities statement, which includes and addresses the questions outlined in the questionnaire, and any relevant information that specifically addresses the company's capabilities to provide the services outlined. Capabilities Statements shall be no longer than 15 pages (not including price estimate). It is particularly important for the TSA to understand the cost model for an entity to provide the support described in the SOW. Therefore, respondents are encouraged to provide a rough order of magnitude (ROM) for the requirements described. Only electronic submissions will be accepted via email. Electronic files larger than 5MB shall be broken down into multiple files with no one file exceeding 5 MB. Each electronic submission shall include: • RFI number HSTS01-13-I-HRM047 and "Capability Questionnaire Responses" in the Subject Line In the body of the email, include a vendor Point of Contact (POC), phone number and email address of the person to be contacted regarding any correspondence between the Government and the Vendor. This person should be a primary contact and capable of addressing questions or issues associated with the submission and content of the Capability Questionnaire. The deadline for responses is 12:00PM, Eastern Standard Time (EST) on July 1, 2013. Offers must submit their information in electronic versions to Victor Carden Victor.Carden@dhs.gov in either read-only Microsoft Word 2010 or Adobe Acrobat 9.0. PDF format. To aid TSA, please segregate and mark proprietary information. Proprietary information, if any, should be minimized and MUST BE CLEARY MARKED. Please be advised that no submissions will be returned and all submissions become the property of the Federal Government, and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-13-I-HRM047/listing.html)
- Place of Performance
- Address: Transportation Security Administration Headquarters, Arlington, Virginia, 20598-6025, United States
- Zip Code: 20598-6025
- Zip Code: 20598-6025
- Record
- SN03097498-W 20130626/130624234219-77aabe8a186300845c80d1517eb1853f (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 |