SOURCES SOUGHT
R -- Security Equipment Systems Integration Follow-on - Previous SESI RFP + Amendments - SESI Follow-on RFI - TSA25-04-02245 - Currrent SESI TO Summary Log + TO SOWs
- Notice Date
- 8/29/2013
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering 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
- TSA25-04-02245
- Point of Contact
- Kurt D Allen, Phone: 571-227-4128, Debra Munson, Phone: 864-327-9474
- E-Mail Address
-
kurt.allen@dhs.gov, debra.munson@tsa.dhs.gov
(kurt.allen@dhs.gov, debra.munson@tsa.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- TO 029 TO 027 TO 026 TO 025 TO 023 TO 022 TO 021 TO 020 TO 019 TO 018 TO 017 TO 016 TO 015 TO 014 TO 013 TO 012 TO 011 TO 010 TO 009 TO 008 TO 007 TO 006 TO 005 TO 004 TO 003 TO 002 TO 001 Current SESI TO Summary Log SESI Follow-on RFI - TSA25-04-02245 HSTS04-08-R-CT1157 Amendment 005 HSTS04-08-R-CT1157 Amendment 004 HSTS04-08-R-CT1157 Amendment 003 HSTS04-08-R-CT1157 Amendment 002 HSTS04-08-R-CT1157 Amendment 001 HSTS04-08-R-CT1157 TO 001 Amendment HSTS04-08-R-CT1157 Security Equipment Systems Integration Follow-on RFI A. INTRODUCTION The Transportation Security Administration (TSA) is issuing this combined Sources Sought - Request for Information (hereafter RFI) to solicit Industry's capabilities and inputs on the Office of Security Capabilities (OSC)'s requirement for TSA security technology equipment installation, deployment, and planning services at all US airports and TSA locations. Currently, TSA acquires these services through the Security Equipment Systems Integration (SESI) multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract in which task orders are periodically competed. The current ceiling value of the SESI contract vehicle is $500,000,000 over five years. Orders are awarded on a cost plus fixed fee and firm-fixed price basis; however TSA desires to acquire more of these services as firm-fixed price, performance based. Orders against the current SESI IDIQs are not able to be competed after August 2014. In order to develop an acquisition strategy to continue this required support, TSA is now seeking industry comments. TSA would like to improve its understanding of market capabilities and identify qualified vendors that are capable of supporting and executing the varied requirements of SESI. All interested and qualified businesses are encouraged to respond to this notice in accordance with the instructions addressed herein. B. THE CURRENT SESI CONTRACT TSA is responsible for the deployment of security technology equipment to ensure: (1) new technologies are deployed as they become available based on a risk based model; (2) old technologies are removed from service when they are at the end of their life cycle and (3) systems are relocated as necessary to meet security needs. TSA currently has four vendors in the SESI multiple award structure, with task orders awarded based upon geographical regions and/or security technology platforms. To support these responsibilities, TSA requires support to perform any or all activities associated with and necessary to manage installation, integration, sustainment, removal and site restoration for all TSE as required. This includes all site preparation, restoration, and logistics activities to facilitate the OEMs ability to install, integrate, relocate and remove all TSE when directed by the TSA. For each specified site, all necessary designs, approvals, permits, authorizations, etc. are required for providing utilities (heating, ventilating, air-conditioning, and power) for the TSE installation. Frequently, TSA has the need to remove, prepare for deployment, and redeployment of TSE in accordance with all federal, state, and local laws, and OEM procedures. Additionally, TSA frequently requires emergency quick turn-around requirements, shipping of minor ancillary type items, abatement of hazardous materials, and Architecture and Engineering support. The goals of the current SESI support efforts include: • Minimize disruptions to normal passenger circulation and airport activities • Accommodate passenger and baggage queuing and space requirements • Accommodate site geometric, structural, and other constraints • Minimize equipment acquisition and facilities modification costs • Minimize staffing, operations and maintenance costs • Minimize installation impacts to ongoing operations • Provision for future expansion and upgrade of equipment and facilities The current SESI contract includes five main categories of scope: 1) site planning, 2) site preparation, 3) deployment activities, 4) on-site support for field experiments and T&E, 5) and project completion. The original SESI IDIQ Request for Proposal (RFP), which includes the base Statement of Work (SOW), plus all the RFP amendments are attached to this RFI. In addition, all task order SOWS as well as a summary spreadsheet of awarded task orders to date can be found attached to this RFI. All documents are provided for informational purposes only. C. FUTURE STATE TSA will continue to have these requirements beyond the conclusion of the current SESI. However, TSA is not necessarily committed to acquiring these requirements using the same strategy. TSA is continuing to look internally at business practices, processes, rules, and other areas that can improve the ability to field security capabilities in an innovative, effective, and efficient manner and is seeking an acquisition strategy to further enable this evolution. Further, TSA is seeking innovative concepts and practices to satisfy growing mission needs with less funding and federal employee participation. TSA is also seeking to expand the role of small businesses with this area. D. INDUSTRY RESPONSE The TSA is interested in hearing industry's ideas on how to efficiently and effectively acquire these requirements when the current SESI contracts end. To that end, TSA is seeking two types of information from industry: 1) capability statements and 2) White Papers. Interested vendors are encouraged to share as many ideas and suggestions to all or some of the topics presented herein. Response to either the capability statement or white papers is not required in order to be considered for eventual award of these requirements. Instead, responses are an opportunity for industry to make suggestions, recommendations, and input. The contractor is not required to answer or comment on all content contained in this RFI in order to respond to this notice. Submissions for capability statements and white papers must be accompanied by a cover letter which identifies the company name, address, DUNS number, Point of Contact(s) (Name, title, email, and phone number), and business size, i.e. small, small disadvantaged, 8(a)-certified small disadvantaged, HUBZone small, woman-owned small, veteran-owned small, service-disabled veteran-owned small - based upon NAICS Code 541330 "Engineering Services" with a size standard of $14 million. This RFI is issued for information and planning purposes only and does not constitute a solicitation. There is no solicitation document presently available. All information received in response to this RFI that is marked Proprietary will be handled accordingly. The Government will not return or pay for any information provided in response to this announcement; no basis for a claim against the Government shall arise as a result from a response to this notice or Government use of any information provided. Responders are solely responsible for all expenses associated with responding to this announcement. To sufficiently complete market research and acquisition planning, TSA intends to meet with companies determined to have provided novel, innovative, or insightful responses, as well as other companies known to have an outstanding understanding of the overall requirements and industry market. TSA also intends to meet with companies to further explore industry capabilities, especially as it relates to the ability of small businesses to provide all or a subset of the requirements. This RFI and one-on-one discussions is a first step in an overall industry engagement strategy, which will likely incorporate industry days and release of draft requirements/solicitations. D.1 CONTRACTOR'S CAPABILITIES STATEMENT In order for the TSA to improve its understanding of market capabilities and identify qualified vendors that are capable of providing this type of support to OSC, the Contractors are asked, through a narrative description, to identify their firm's capabilities to meet the requirements identified in the conceptual areas discussed in this RFI and what experience you have providing similar and/or same services to other Federal Agencies. When identifying current or past experience, please identify the following: • Name of Agency • Point of Contact (name, title, phone, and email) • Contract/Task Order Number • Contract Type • Period of Performance • Total Contract Dollar Value • Scope of the Contract/Task Order • Brief Description of the Work completed within the Scope of the Contract/Task Order The capabilities statement shall not exceed five (5) pages in length. D.2 WHITE PAPER The TSA is interested in hearing industry's ideas on how to efficiently and effectively structure an acquisition or set of acquisitions to meet these needs. Through white papers, industry is encouraged to provide recommendations on such items as acquisition strategy, contract type, whether or not some requirements should be competed separately based on industry's capabilities, or recommended changes to scope. However, there is no limit to what type of information can be provided. The White Paper shall not exceed ten (10) pages in length. TSA has identified general questions below that it would like discussed as part of a White Paper response, however vendors are encouraged to comment on any/all aspects of the requirement/potential acquisition strategy and not limit their responses to the specific questions. 1. Does the current model represent the most effective/efficient arrangement? Would TSA benefit by another model, in which requirements are separated into single award vehicles based on platform, regions, functions, or other considerations? If so, which separation makes the most business sense and how could it be done without substantially increasing TSA administrative burden, given that TSA must centrally manage the contract(s) from TSA headquarters with limited personnel? If not, what alternative model is recommended? The TSA does not possess sufficient personnel to manage an extensive number of individual contracts and requires consistent practices across the nation's airports. Therefore, responses that propose separate, standalone contracts for individual airports or small localized areas will not be considered relevant. 2. Given the quantity of equipment, complexity of the requirements, and locations requiring support, what contract type (firm fixed price, cost reimbursable, etc.) and performance metrics would you recommend for achieving and sustaining high levels of performance? 3. Identify and explain any suggestions for contract incentives/penalties that would best motivate contractors and ensure performance meets TSA requirements. 4. How can TSA better define requirements for these services, while still maintaining the flexibility required to respond to emergent requirements? 5. What information not included in this RFI would be needed to submit an adequate proposal and offer competitive pricing in response to an RFP? 6. How could TSA create a more performance based work statement for this effort? 7. Should the requirements currently performed by the SESI contract be considered commercial in nature? 8. Are opportunities available for contractor teaming/partnerships (e.g. with OEMs, other providers) in order meet the requirements? Please discuss limitations, concerns, or other realities that the government should understand regarding teaming/partnerships for this set of requirements. 9. Are there recommended contract vehicles currently in place (i.e. strategically sourced, GSA schedules, etc.) that these requirements may be within scope? 10. Are there any areas of the current SESI statement of work that could be broken out to be set aside for small business participation? 11. What strategies can TSA employ to increase small business participation for this requirement, keeping in mind TSA does not possess sufficient personnel to manage an extensive number of individual contracts and requires consistent practices across the nation's airports? D.3 SUBMISSION OF INFORMATION Your submission should be organized in accordance with the instructions in this document in order to permit a thorough and accurate review and evaluation by the TSA. Responses to this RFI must be submitted via electronic mail to kurt.allen@dhs.gov by 3PM EST, October 14, 2013. All questions regarding this RFI should be submitted via electronic mail to kurt.allen@dhs.gov. Responses not received by the closing date and time may not be considered by the TSA.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/TSA25-04-02245/listing.html)
- Record
- SN03168089-W 20130831/130829235857-fc2d209a3d390384bea4357b76920244 (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 |