Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2002 FBO #0116
MODIFICATION

63 -- Exlposive Detection System General Contractor

Notice Date
2/13/2002
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, Transportation Acquisition Service Center (TASC), TASC Acquisition Services Division, 400 7th Street SW, Room 5106, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
Reference-Number-TSA-BAA-01
 
Response Due
2/19/2002
 
Point of Contact
Richard Lieber, Contracting Officer, Phone 202-366-4954, Fax 202-,
 
E-Mail Address
richie.lieber@tasc.dot.gov
 
Description
TSA Acquisition Announcement The Department of Transportation (DOT)/Transportation Security Agency (TSA) has initiated an accelerated competition for the management of a program of critical importance and urgency to our country. This program is to support and coordinate the fielding of explosive detection equipment as mandated by the Aviation and Transportation Security Act of 2001. Consistent with the urgency of this requirement and the authority cited under a Class Justification for Other Than Full and Open Competition Under FAR 6.302-2, a competition is underway for the selection of prime contractor to assist TSA with this initiative. While the initial identification of potential offerors (to be the prime contractor) was based on market research, this announcement is to 1) solicit responses from additional firms capable of being the prime contractor and 2) identify possible subcontracting sources relating to this procurement. Any potential prime contractor must have the experience, resources, and past performance judged to offer a low risk and high probability of success in fielding the required explosive detection equipment in December 2002. The prime contractor selected will be responsible for the coordination and execution of activities required to meet the aviation checked-baggage screening requirements of the Act. The activities include, but are not limited to purchasing and coordinating the supply of the needed equipment, managing the installation of equipment into the airport environment, providing support for EDS screener training, and managing field service. (Concurrently, and with regard to accelerating current production of the equipment needed as part of the total solution, efforts are under way to place under contract the entire production lines of known and certified firms that manufacture such devices.) The Transportation Security Administration has established the following anticipated subcontracting goals for this program (excluding the acquisition of EDS machines): 40% of subcontracting dollars be awarded to small business; 5% to Small Disadvantaged Business; 5 % to Woman-Owned Business; 3% to Service Veteran-owned small business. As stated above, this announcement is seeking sources that can 1) compete at the prime contractor level and 2) businesses to participate as part of the team (subcontract level) and contribute to the overall solution and achievement of the statutorily mandated goal: field equipment and provide training required to screen 100 percent of checked baggage by December 31, 2002. Any firm with the experience, resources, and past performance sufficient to establish its capability to perform as the prime contractor may submit a capability statement not to exceed four pages (at no less than 10-point font) that describes the specific contribution the firm could make to satisfy the various tasks cited above. Any firm with the experience, resources, and past performance to support the overall mission need as part of the team at the subcontractor level may submit a capability statement not to exceed two pages (at no less than 10-point font) that describes the specific contribution(s) the firm could make to satisfy the various tasks cited above. For each of the various tasks cited above that you are capable of supporting, please provide detailed qualifications and references. Small businesses (including woman-owned, minority, Service/Disabled Veterans, HUBZone, and disadvantaged) are encouraged to participate. The capability statement(s) is/are to be emailed to the Contracting Officer at richie.lieber@tasc.dot.gov not later than 1:00 PM EST on Tues, February 19, 2002. All capability statements received from firms interested in participating at the subcontract level will be provided to the prospective prime contractors. Statements exceeding the page lengths cited above or received after the due date will be discarded. The importance of this initiative to our country and its people is self-evident, as is its urgency. Those who are chosen will be part of a mission-critical team responsible with TSA to success in protecting the American people and guests of this great nation.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/TASC/TASCASD/Reference-Number-TSA-BAA-01/listing.html)
 
Record
SN00048930-F 20020328/020326214406 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.