Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2005 FBO #1151
SOURCES SOUGHT

R -- Sources Sought for Selection Assessment Services

Notice Date
1/18/2005
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources and Executive Search Consulting Services
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
Reference-Number-HSTS01-05-Q-011805
 
Response Due
1/24/2005
 
Archive Date
2/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Transportation Security Administration (TSA), Office of Workforce Performance and Training is looking for a small business firm that may be interested and have the capabilities for performing multiple assessment activities in TSA?s selection of Federal Flight Deck Officers (FFDO). TSA, in response to the statutory mandate in the Homeland Security Act of 2002, Title XIV, Arming Pilots Against Terrorism Act (49 U.S.C. 44921), or APATA, and Vision 100--Century of Aviation Reauthorization Act, has an ongoing program to select, train, arm and deputize eligible, qualified flight crewmembers to protect the flight decks of commercial passenger and cargo aircraft from acts of criminal violence or air piracy. The FFDO selection process includes a number of components, each of which must be successfully completed to be eligible to attend training. TSA requires firms to provide the following selection assessment services, which need to be addressed in a capabilities statement: 1. Resources for conducting one-on-one in-person clinical interviews of applicants throughout the U.S. TSA seeks approximately 35 - 50 psychologists who: must be licensed (clinical or industrial) with at least ten (10) years of experience including: o the familiarity with and use of objective personality assessments; o the assessment of individuals in a selection or fitness-for-duty context; and o clinical interviewing experience. are willing and able to conduct TSA?s psychological evaluation including a structured in-person interview, review of documents submitted by the applicant, and objective personality test results (note: this process is very structured and TSA requires a high degree of standardization within and across psychologists); are based (i.e., office location and client appointments) in major urban areas (as much as possible corresponding to the hub cities for major air carriers); are willing and able to give priority in scheduling appointments to TSA volunteers, including having flexible and potentially extended office hours (Note: the volume of interviews to be conducted by individual psychologists will depend on applicant volume; however, it is unlikely that the services of any individual psychologist will be required beyond a part-time basis. Also, as the selection process is ongoing, services will be required on a regular part-time basis for the duration of the contract); must be willing and able to attend periodic training sessions and meetings throughout the period of performance; these will likely require travel and last more than one day; and, are willing and able to use an Internet-based process, information, and document management system that requires appropriate computer resources (including Internet connectivity) as well as the ability to effectively utilize such resources. In addition to the foregoing, a lead psychologist must be provided who, will also serve as the primary contact with both TSA and the interviewing psychologists regarding the psychological evaluation. This individual must also have experience in test validation and law enforcement selection as well as in-depth familiarity with normal personality assessments based on the Five Factor Model (FFM) and the use of non-normal personality assessments for employment selection. This individual will work with TSA on managing the process, including providing training and feedback to interviewing psychologists. TSA reserves the right to review and approve proposed psychologists prior and subsequent to contract award. 2. Training test development including content-based multiple-choice tests and computerized shooting simulations (delivered on IES Range 3000 XP-4 firearms simulator systems). TSA seeks expertise in the development of content valid, computerized, multi-branching video shooting scenarios for use in training and selection (note: this requirement includes only scenario development, not production, delivery or administration). 3. Technical support such as the conduct of data analyses, criterion development, development of recommendations for selection process improvements (e.g., to increase reliability or validity). TSA seeks expertise in the development and validation of multiple-choice cognitive, content based tests; TSA seeks expertise in univariate and multivariate data analyses such as might be required for evaluating volunteer flow, pass rates and patterns for various process components. 4. Administrative support such as managing travel associated with the provision of services (e.g., periodic travel required by interviewing psychologists to attend training). 5. Maintaining call centers for various process activities (e.g., scheduling volunteers for designated interview sessions). The first requirement is required on a regular basis throughout the contract period. The remaining requirements are needed on a periodic rather than an ongoing basis. Firms must be able to demonstrate their ability to provide the above services and ensure compliance with relevant technical, professional, and legal guidelines, including but not limited to the Principles for the Validation and Use of Personnel Selection Procedures, Uniform Guidelines on Employee Selection Procedures (1978), and the Standards for Educational and Psychological Testing. Firms that have been certified as a small business, and have the interest and capabilities to perform multiple assessment activities in TSA?s selection of FFDOs under such requirements, should submit the following information: (a) Company name and address; (b) Company?s POC, including telephone and facsimile numbers and email address; (c) a capabilities statement no more than 3 pages in length; (d) a statement indicating your intent to submit a bid/offer for this requirement as a prime contractor; (e) evidence of experience in work similar in type and scope to include contract numbers, projects titles, dollar amount, point of contact, and telephone number(s); (f) past performance references with points of contact and phone numbers; and (g) any information supporting the determination that you are a small business under the NAICS code. The Government will not reimburse any firms that respond to this notice. The data provided is not to be considered proprietary.
 
Place of Performance
Address: In or near major cities and hub locations for major air carriers throughout the United States, Washington, DC, Artesia, New Mexico, and other sites as required to accomplish the work.
 
Record
SN00735909-W 20050120/050118211516 (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.