Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2014 FBO #4619
SOLICITATION NOTICE

S -- Screening Services at San Francisco International Airport (SFO) - Pre-Solicitation Notice

Notice Date
7/16/2014
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol 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-R-SPP038
 
Point of Contact
Ian Somppi, Phone: 571-227-5406, Marlene Kratz, Phone: 571-227-1580
 
E-Mail Address
ian.somppi@tsa.dhs.gov, marlene.Kratz@tsa.dhs.gov
(ian.somppi@tsa.dhs.gov, marlene.Kratz@tsa.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice The Department of Homeland Security, Transportation Security Administration (TSA) intends to solicit industry to provide airport Security Screening Services. Services include comprehensive screening of passengers and personal property at San Francisco International Airport (SFO), California. At this time, TSA intends to award this requirement as a Firm Fixed Price contract. The resulting contract is expected to have a period of performance of 5 years; a base period (including a 120 day transition and 8 month of screening services) and 4 one-year options. This procurement will be solicited as a full and open competition. The applicable North American Industry Classification System (NAICS) code for this competition is 561612. A detailed statement of work will be included in the solicitation. The anticipated release date of the RFP is August 2014. Comments or correspondence must be submitted in accordance with the information/instructions contained in the solicitation posting when it is released. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available on the Federal Business Opportunities (FBO) website, www.fbo.gov. Prospective offerors are responsible for downloading the Request for Proposal (RFP) and all attachments when posted. Some of the RFP attachments contain Sensitive Security Information (SSI) and will not be publicly released. It is suggested that vendors follow the process below in order to gain approval for access to these documents early on in the process. It is the offerors responsibility to monitor the FBO website for the release of the solicitation and any amendments that may follow. Pre-Proposal Conference A short briefing by TSA HQ and FSD Staff providing general information, followed by a tour of the airport. Date and Time: Tuesday August 6, 2014 - 09:00 (AM) Location: San Francisco International Airport San Francisco, CA 94128 Due to space limitations, all vendors will be limited to no more than two (2) personnel per company. Additional personnel may be denied access. Instructions for Attending Site Visit Offerors shall RSVP by submitting, via a single point of contact, a list containing a maximum of two (2) personnel per company. The list shall include the Offeror (company) name, individual names, titles, telephone numbers, and E-mail addresses. Submit the information using Microsoft Excel. • Offerors shall e-mail the list no later than 5:00 p.m. Eastern Standard Time on July 31, 2014, Ian Somppi (ian.somppi@tsa.dhs.gov) Final instructions and meeting locations for the site visit shall be emailed to all attendees after the close of the contact information submission date and prior to the site visit. Release of Sensitive Security Information A. Background. Sensitive Security Information (SSI) may be available to offerors in preparing responses to this acquisition. Potential offerors must obtain specific authorization in order to obtain SSI. SSI will not be available or otherwise provided or disclosed to any person not specifically authorized to receive it. SSI provided under this acquisition may only be used to satisfy acquisition requirements. B. Senior Corporate Official. Each offeror (and subcontractor/team member) must separately designate in writing to the Contracting Officer (Marlene Kratz - marlene.kratz@tsa.dhs.gov) a single, corporate official who will serve as the single point of contact for sensitive information. This individual must certify that all appropriate protections will be followed, only authorized individuals will have access to the sensitive information, and that those individuals adequately understand their responsibilities to protect the information. This official must also certify to the Contracting Officer every 60 days that all appropriate protections have been followed, only authorized individuals have access to the sensitive information, and that those individuals with access adequately understand their responsibilities to protect the information. A copy of this certification shall also be emailed to RFP.Access@tsa.dhs.gov and ian.somppi@tsa.dhs.gov. This official will also ensure that the Contracting Officer is notified of staffing changes or circumstances in which individuals no longer need access to the information. C. Offeror Responsibility. The Office of Acquisition will review the www.SAM.gov and Dun and Bradstreet Registries to ensure that the corporate entity would not otherwise be precluded from receiving a contract award. While this review does not replace the responsibility determination required by FAR part 9, it may prohibit offerors from receiving SSI information during the solicitation phase of the acquisition. D. Criteria for Release. As part of this acquisition, SSI may only be accessed by individuals who have successfully passed a Security Threat Assessment. This assessment may include a verification of site facility clearance in the National Industrial Security Program (NISP), contractor suitability determination or other federal background investigation, individual security clearance(s), and if required, a criminal history records check (CHRC) and/or a check against terrorism databases. E. Information Requirements. Consistent with the criteria release described above, offeror's Senior Corporate Officials must provide the appropriate information to the TSA as identified below. Note that this requirement applies likewise to any prospective subcontractor, joint venture partner, or "team" company whose access to the specified SSI and consequent input into the planned proposal is necessary to prepare and complete the proposal. All information must be emailed to RFP.Access@tsa.dhs.gov and ian.somppi@tsa.dhs.gov no later than August 8, 2014. 1. Senior Corporate Officials shall provide, via email to RFP.Access@tsa.dhs.gov and ian.somppi@tsa.dhs.gov, the CAGE code of the offeror's facility that will manage the proposal, company DUNS number, and address; and 2. Senior Corporate Officials shall provide the following information for all employees who require access to SSI in a single password protected Microsoft Excel spreadsheet emailed to the email addresses provided point 1 above. The password for the password protected spreadsheet shall be sent to the email addresses provided point 1 above in a separate email, at the same time. • Employee Full Name: • Employee Gender: (i.e., Male or Female) • Employee Birth Date: • Employee Citizenship: • Social Security Number: • Indication of whether any nominated employees have: • Previously received a TSA suitability determination; • Undergone a federal background investigation; or • Possess an individual security clearance F. Privacy Act Statement. TSA will use the information provided to conduct a security threat assessment on individuals who seek access to Sensitive Security Information (SSI). The information will be shared within DHS with personnel who need the information to perform their official duties. Additionally, DHS may share the information with law enforcement, intelligence, or other government agencies as necessary to identify and respond to potential or actual threats to transportation security in accordance with the routine uses identified in the applicable Privacy Act system of records notice (SORN), DHS/TSA 002, Transportation Security Threat Assessment System (T-STAS). This SORN was last published in the Federal Register on November 8, 2005, and can be found at 70 FR 67731- 67735. Authority: 49 USC 114. Furnishing this information is voluntary. However, failure to furnish the requested information may delay or prevent the completion of your security threat assessment, without which you may not be granted access to the SSI. G. Notification of Assessment. If it is determined that covered individuals are not eligible to receive access to particular SSI based on the threat assessment, TSA will provide the individuals and company point of contact a written determination that provides notification that the individual does not qualify to receive SSI. Appeal of the determination will not be permitted due to the time sensitive nature of the acquisition process; however, the potential offeror may nominate another individual to receive SSI access. In the event that an individual is determined to be a security threat and the individual believes that the results of the screening are inaccurate, he or she will be informed by TSA on how to pursue redress from TSA, however due to the demanding acquisition schedule, TSA will not delay an acquisition to resolve redress issues. H. Non-Disclosure Agreements. Each offeror employee requesting access to SSI as specified herein will be required to execute a Non-Disclosure Agreement (DHS Form 11000-6). The executed forms shall be provided with and as part of the submission of information reflected in Paragraph E above. The Offeror should understand that employees granted access to SSI and signing a non-disclosure agreement are bound by the terms of that agreement indefinitely, notwithstanding their employment status or any other background checks or clearances granted by any Government agency. I. SSI sent electronically. Any SSI sent electronically to offerors must be destroyed after the offeror is awarded the contract or no longer eligible for award. A letter from the Senior Corporate Official must be sent to the contracting officer certifying that the SSI has been destroyed. J. Return of mailed SSI. Any SSI mailed to the offeror must be returned to the Government and verified by the Government prior to the beginning of proposal evaluations. Any offeror not returning SSI provided directly to them will be subject to penalties as prescribed by law and otherwise rendered ineligible for further consideration in the evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-14-R-SPP038/listing.html)
 
Place of Performance
Address: San Francisco International Airport, San Francisco, California, 94128, United States
Zip Code: 94128
 
Record
SN03426693-W 20140718/140716234545-0a357fde86f41b586e63c4650dbae04b (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.