Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2002 FBO #0202
MODIFICATION

70 -- Entry Exit System

Notice Date
5/24/2002
 
Notice Type
Modification
 
Contracting Office
Department of Justice, Immigration & Naturalization Service, Headquarter's Procurement Division, 425 I Street, N.W. Room 2208, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
COW-2-R-0056
 
Point of Contact
Joe Garforth, Contracting Officer, Phone 202-514-3630, Fax 202-616-2414, - John Russo, Contracting Officer, Phone 202-514-8379, Fax 202-616-2414,
 
E-Mail Address
joseph.m.garforth@usdoj.gov, john.a.russo@usdoj.gov
 
Description
This notice is for informational purposes only and is a follow-up to a notice posted May 2, 2002 identifying the Department of Justice (DOJ), Immigration and Naturalization Service's (INS) intent to acquire an integrated, automated information system, which will be known as the United States Entry Exit system. As previously communicated, DOJ (INS) plans to competitively procure, through full and open competition, the services and supplies required to design, develop, deploy, and support an integrated, automated information system (hereafter referred to as the United States Entry Exit System) to record the arrivals and departures of visitors to/from the United States. In addition, the INS still intends to issue a draft Request for Proposal (RFP) in early June 2002 and a final RFP in late June / early July 2002 timeframe. The acquisition/procurement strategy for the United States Entry Exit System will encompass three phases: Pre-System Acquisition; System Acquisition; and Production, Deployment, and Sustainment. In general, the Pre-System Acquisition Phase will occur between June/July 2002 and September/October 2002, and focus on (1) evaluating industry's (i.e., individual vendor/team) technical capability (to include a high-level conceptual design), past performance, and preliminary technical approach/price for designing/developing the United States Entry Exit System based upon a Government-generated Statement of Objectives (SOO) and supporting documentation, and (2) reducing (via a down-selection process) the number of vendors who will then actually develop a preliminary system design and prototype in the System Acquisition Phase. It is the intent of INS to have at least two competitors enter the System Acquisition Phase. The System Acquisition Phase will occur between September/October 2002 and January/February 2003, and focus on (1) evaluating both preliminary system designs/prototypes and technical/cost proposals for full-scale development, deployment, and initial sustainment based upon a refined SOO and additional supporting documentation (namely, a System "Blueprint" [i.e., "As-Is" and emerging "To-Be" architecture, business processes, and legacy systems] and Functional Requirements Document), and (2) reducing (via a down-selection process) the number of vendors who will then actually conduct full-scale development, deployment, and initial sustainment in the Production, Deployment, and Initial Sustainment Phase. It is the intent of INS to have one vendor (team) enter the Production, Deployment, and Initial Sustainment Phase. The Production, Deployment, and Initial Sustainment Phase will occur between January/February 2003 and December 2005, and focus on fulfilling a myriad of legislative/operational requirements. The former include the Data Management Improvement Act of 2000 [US Code Title 8, Chapter 12, Subchapter II, Part IX, Sec. 1365a. Formal name - Integrated entry and exit data system], Visa Waiver Permanent Program Act of 2000 [US Code Title 8, Chapter 12, Subchapter II, Part II, Sec. 1187. Formal name - Visa Waiver program for certain visitors], USA PATRIOT Act of 2001 [Public Law No: 107-56, H.R. 3162. Formal name - Uniting and strengthening America by providing appropriate tools required to intercept and obstruct terrorism], and Enhanced Border Security and Visa Reform Act of 2002 [Public Law 107-173, H.R. 3525]. These documents are not available through the INS, Procurement Office. Lastly, the INS strongly encourages industry-teaming arrangements and, via the RFP, will mandate subcontracting/small business requirements. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-MAY-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 20-JUN-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/INS/DoP/COW-2-R-0056/listing.html)
 
Place of Performance
Address: U.S.A. Nation Wide
 
Record
SN00097523-F 20020622/020620215941 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.