Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2013 FBO #4402
SOURCES SOUGHT

D -- RAIL TOXIC INHALATION HAZARD/RAIL SECURITY SENSITIVE MATERIAL RAILCAR CAR LOCATION MESSAGING AND GPS REPORTING SUPPORT SERVICES - Sources Sought Instructions

Notice Date
12/11/2013
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related 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
HSTS05-14-SSN-CMP001
 
Archive Date
1/17/2014
 
Point of Contact
Tamara Kelley, , Guy Galloway,
 
E-Mail Address
tamara.kelley@tsa.dhs.gov, Guy.Galloway@tsa.dhs.gov
(tamara.kelley@tsa.dhs.gov, Guy.Galloway@tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Response Instructions I. INTRODUCTION/PURPOSE The Transportation Security Administration (TSA) is issuing this Sources Sought Notice to improve its understanding of market capabilities and identify qualified small business concerns that are capable of providing Toxic Inhalation Hazard (TIH)/Rail Security-Sensitive Material (RSSM) railcar Car Location Message (CLM) and Global Positioning Satellite (GPS) reporting support services. Services will be provided to the TSA Office of Security Operations/Compliance Programs Division, Surface Compliance Branch, in order to identify and locate interchange frequency and locations, waybill information, routes/destinations and ad-hoc reporting to meet DHS/TSA needs and requirements. All interested and qualified small businesses are encouraged to respond to this notice in accordance with the instructions addressed herein. TSA anticipates that the resultant solicitation will be in support of a stand-alone contract with a one (1) year base period and four (4) one-year option periods. This Sources Sought is being conducted for market research purposes only. Responding to this Sources Sought notice does not guarantee an award of a contract, nor does the Government guarantee that a solicitation will be issued as a result of this Sources Sought. II. BACKGROUND AND OBJECTIVES The Compliance Programs Division, Surface Compliance Branch (SCB) plans, develops, coordinates and administers the TSA nationwide Surface Transportation Security Inspection and Assessment Programs. SCB is responsible for developing inspection and assessment processes, issuing guidance as necessary, and enabling and assisting various TSA inspectors with effective and competent databases and reporting mechanisms in order to efficiently carry-out the Agency's surface transportation security and assessment mission. - TSA is searching for vendors that can provide specific data with regard to railcar information using CLMs and GPS data. The types of data necessary include, but are not limited to: - Provide availability of CLM and GPS data for TIH/RSSM rail cars both within the United States and forecast the TIH/RSSM scheduled/positioned to enter United States. - Ability to create ad-hoc reports utilizing last reported CLM and GPS data of TIH/RSSM rail cars. - Ability to integrate CLM and GPS data involving the unique movements of railcars. - Ability to conduct predictive analysis of geographical location arrival times based on historical data. - Google Earth proficiency to graphically display real-time locations of all RSSM shipments. - Reports deliverable through a secure email system. - Reports deliverable through a secure interactive website or dashboard. - Reports customizable to specific Areas of Responsibility or Operation (AORs) - Reports customizable to specific railroad entities. - National Interchange reports providing location and shipping information of specific RSSM interchanges between Carrier to Carrier, Carrier to Receiver and Shipper to Carrier. - Customizable date ranges and sortable by customizable locations. - Interactive website that enables customizable reports based on users search criteria. - TIH Reports must include the following capabilities: o Provide last reported location of all TIH/RSSM cars within specified AORs including a full national report. o Provide TIH/RSSM forecasting reports for specified AORs. o Provide real time (hourly) tracking of individual TIH/RSSM rail cars o Provide alert messages of individual TIH/RSSM rail cars as requested, delivered to mobile phone devices. - Ability to process and aggregate the CLM and GPS data into quarterly National scorecards. National scorecards must tally the cumulative hours that TIH railcars have occupied railroad-controlled track within 46 specified High Threat Urban Areas (HTUA), and compare those cumulative hours to a commensurate baseline predicated on cumulative 2009 hours within HTUA's. Data must be produced and displayed so that it can be integrated with rail car attendance observations. - Capability to process and aggregate the CLM and GPS data into unique quarterly scorecards for each of the seven (7) Class I railroads. Scorecards must tally the cumulative hours that TIH railcars have occupied track controlled by that entity, within 46 specified High Threat Urban Areas (HTUA), and compare those cumulative hours to a commensurate baseline predicated on 2009 Hours within HTUA's. Data must be produced and displayed so that it can be integrated with rail car attendance observations. III. CONTRACTOR'S CAPABILITIES STATEMENT Through a narrative description, the contractor's response must address the requirements outlined below: 1. Describe your experience with obtaining and monitoring CLM and/or GPS data. 2. Does your company currently work with Class I and Short Line Rail Roads or with entities close to Class I and Short Line Rail Roads? 3. Describe your experience or company's experience with using the Google Earth Pro system for creation of graphical tracking. 4. Describe your experience with the creation or management of interactive web sites, web design or a dashboard where users can generate customizable reports. 5. Describe and provide examples of your experience with systems that allow for customizable reporting requests. 6. Describe the parameters of your secure email system. 7. Describe your compliance with requirements for protection of Sensitive Security Information (SSI) in accordance with 49 CFR 1520, as applicable. Note: Submissions provided in response to items 1 through 6 must be clearly labeled as such. IV. INSTRUCTIONS TO VENDORS a. Responses from Qualified Vendors Any vendor replying to this Sources Sought shall provide a capabilities statement, not to exceed three (3) pages in length, in addition to a one (1) page cover letter, for a total submission not to exceed four (4) pages. Vendors are encouraged to submit any marketing materials or brochures available on the identified services. Marketing materials and brochures are not subject to any page limitations and are in addition to the three (3) page capabilities statement. The cover letter must clearly identify the following information: 1. Company's Name 2. Company's Address 3. DUNS Number 4. Point of Contact(s) (Name, title, email, and phone number) 5. NAICS Code under which services are provided 6. Potential Teaming Partners b. Submission of Information The information requested above must be submitted in Microsoft Word or Adobe format, shall not exceed four (4) pages as described above, and 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 Sources Sought Notice must be submitted to the TSA via electronic mail to Tamara.Kelley@tsa.dhs.gov no later than 2:00 PM Eastern Standard Time (EST), January 2, 2014. Responses not received by the closing date and time may not be considered by the TSA. V. POINT OF CONTACT All comments, inquiries and responses should be directed to: Tamara Kelley Contract Specialist Tamara.Kelley@tsa.dhs.gov Tel: (571) 227-3498 VI. OTHER This notice is for market research purposes only. There is no solicitation document presently available. The Government will not return or pay for any information provided in response to this announcement. Responding to this Source Sought does not guarantee an award of a contract, nor does the Government guarantee that a solicitation will be issued as a result of this Sources Sought notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-14-SSN-CMP001/listing.html)
 
Place of Performance
Address: TSA Headquarters, 601 12th Street S., Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN03249708-W 20131213/131211235445-f131476e61496f29bd56d937677dcf7f (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.