Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2005 FBO #1160
MODIFICATION

R -- STDO PMO Support

Notice Date
10/27/2004
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
HSTS04-05-R-DEP976
 
Response Due
11/3/2004
 
Point of Contact
Elwyn Thompson, Contracting Officer, Phone 571 227-1877, Fax 571 227-2913,
 
E-Mail Address
jamie.thompson@dhs.gov
 
Description
The purpose of this presolicitation modification is to address questions regarding STDO PMO Support requirements. This presolicitation modification is divided into two parts: Part 1 -- Original HSTS04-05-R-DEP976 Presolicitation Notice; and Part 2 – Questions and Answers Related to HSTS04-05-R-DEP976 Presolicitation Notice. Amendments to the Original HSTS04-05-R-DEP976 Presolicitation Notice synopsized on 15 October 2004 are provided in Part 2 – Questions and Answers related to HSTS04-05-R-DEP976. PART 1 -- ORIGINAL HSTS04-05-R-DEP976 PRESOLICITATION NOTICE: The Transportation Security Administration (TSA) Security Technology Deployment Office (STDO) has a requirement for on-site and off-site Program Management Office (PMO) support. STDO is responsible for procurement, deployment and integration, and life cycle management of security equipment for all modes of transportation for passenger and cargo systems, including but not limited to air, rail, water, urban mass transit, and highway transportation systems. STDO anticipates competitive of award of one or multiple contracts to fulfill its PMO support requirements. TSA intends to compete its STDO PMO support requirements among contractors on a qualified vendors list (QVL) who are or will be General Service Administration (GSA) Federal Supply Schedule (FSS) holders by the time of contract award. TSA intends to award one or more Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s) with a base of one-year and six one-year options to fulfill its STDO PMO requirements. TSA intends to issue both time and material, and/or firm fixed-price task orders against the resulting ID/IQ contract to satisfy its requirements. Selection of time and material, or firm fixed-price task orders will be based upon the scope, complexity and underlying risk of the work. TSA anticipates that the majority of tasks will be performed at contractor’s facilities. A few select contractor tasks may be performed at Government facilities. Due to the nature of the support services, Contractor support must be readily available to participate in meetings at TSA Headquarters, Arlington, Virginia. Contractors must have an office space that includes conference facilities, reproduction facilities, network connectivity (voice and data), audio-visual and other typical business infrastructure. STDO PMO support requirements, corresponding GSA FSS Number, and description of anticipated high-level requirements (listed in random order of importance) are: (1) Management Services – contract award restricted to GSA FSS 874 holders – Program Management Office support services; Management/Process Improvement Support Services; Financial/Budget Analysis Support Services; Acquisition Planning/Analysis Support Services; Strategic Planning Analysis Support Services; Government Property Administration Support Services; Production/Installation Schedule Coordination Support Services; Quality Assurance (QA) Support Services; Configuration Management (CM) Support Services; and Data Management Support Services. (2) Security Equipment Integration and Installation Design Support Services – contract award restricted to GSA FSS 871-3 holders – Site Management Support Services; Site Surveys; Integration and Installation Requirements Assessment and Definition; Assistance with Development of the Independent Government Cost Estimate; and Monitoring progress of TSA’s Integration and Installation efforts. (3) Technical Support Services – contract award restricted to GSA FSS 871-3 holders – Identify and track trends in cost, schedule and performance across OEM contracts; Review and assessment of documents and data delivered by OEMs; Review, assess and recommend improvements to OEM designs, products, processes and procedures; Review and assess emerging technology; Review test results and other data; Witness/conduct testing as directed; Prepare, review and assess acquisition documents including SOWs, specifications, CDRLs, DIDs, and deliverable schedules; Review and assess ECPs, RFDs, RFWs and other CM documentation; and Review OEM and other contractor proposals. (4) Integrated Logistics Support Services – contract award restricted to GSA FSS 871-5 holders – ILS Management Support Services; Develop and Evaluate Government ILS plans, processes, and procedures; Assist STDO with development of ILS requirements for future Government procurements; Perform cost (budget) analysis of the Government ILS program and recommend cost reduction/management improvement opportunities; Perform life-cycle analysis for individual security equipment end items; Generate reports indicating the status of the ILS program, ILS performance, Security Equipment performance; and Recommend, Define and Support implementation of metrics (high level and low level) to manage the ILS program and equipment. (5) Independent Verification and Validation Testing Services – contract award restricted to GSA FSS 871-4 holders –System Engineering Management program for the definition, development, verification, integration, and testing of the required test equipment/articles; Maintain a Government security equipment database; Maintain the Government’s Test Article/Test Kit/Equipment database; Witness original equipment manufacture (OEM) conducted Factory Acceptance Tests (FATs) and Site Acceptance Tests (SATs); Develop, test, validate, manufacture, control, and maintain test articles and test kits required during Factory Acceptance Tests, Site Acceptance Tests, Integrated Site Acceptance Tests, and Security Equipment Performance Tests; Conduct both constructive and virtual (visual) modeling and simulation; Provide support for independent verification and validation of models, simulations, control architectures, and software systems using both GFI and commercially licensed applications and tools (6) Data Collection and Analysis Services – contract award restricted to FSS 871-5 holders – Development of effectiveness, suitability and other performance metrics, conducting independent testing, data collection, evaluation, and analyses related to a broad range of transportation security issues, performance issues, security equipment, and acquisition programs; Formulate data collection methodologies and collect the data elements necessary to successfully complete assigned evaluations, analyses, and support tasks; Collect raw data elements, reduce the raw data elements, and enter them into appropriate databases; Generate a variety of reports from the databases; and Plan and conduct special studies and analysis efforts to address specific areas of concern. TSA intends to issue a competitive solicitation during October 2004. Items (1) Management Services, (3) Technical Support Services and (4) Integrated Logistics Support Services are 100% small-business set-aside procurements. Items (2) Installation and Integration Management Services, (5) Independent Verification and Validation, and (6) Data Collection and Analysis Services will be full and open competitions that will require a mandatory 25% small business participation (defined as a percentage of total contract dollars). The TSA goal for Items (2), (5) and (6) is 40% small business participation. All responsible GSA FSS sources interested in being considered for this competition must submit a one-page notice of interest expressing their interest in competing for any of the sections of this requirement or all the sections to Mr. Jamie Thompson (address provided below) no later than fifteen (15) days after publication of this notice. The one-page notice of interest shall identify company name, address, Point of Contact (POC), POC phone number, POC e-mail, GSA Federal Supply Schedule, identify section of interest, and summarize relevant past performance qualifications (including value of cited contracts) that demonstrate an ability to perform the requirements identified herein. Format for the one-page notice of interest shall be Times Roman 12 point character with 1” margins – top, bottom, left and right. Notice of interests that exceed one (1) page per section of this requirement will not be considered. Offerors interested in competing for multiple sections shall submit a one-page notice of interest for each section that they are interested in. TSA will evaluate one-page notice of interest responses based upon its understanding of the CTO requirements and select a maximum of four respondents per section to establish the QVL for each section. Each of the selected respondents will be sent a copy of the solicitation (a copy of the draft SOW may be provided for review and comment to the qualified vendors’ list prior to release of the final solicitation). Notices of interest received after fifteen (15) calendar days from this announcement will not be considered. TSA will evaluate the one-page notice of interest responses according to the following criteria: Outstanding Past performance submitted: · Strongly matches and demonstrates direct performance application to PMO requirements · Matches or exceeds the anticipated scope (personnel and price) of PMO requirements Acceptable Past performance submitted: · Matches and demonstrates reasonable performance application to PMO requirements · Approaches the anticipated scope (personnel and price) of PMO requirements Unacceptable Past performance submitted: · Does not match or demonstrate performance application to PMO requirements · Does not approach the anticipated scope (personnel and price) of PMO requirements TSA reserves the right to contact the customer point of contact for submitted past performance and may consider customer satisfaction in the qualification of bidders. This notice should not be construed as a commitment or authorization to incur any costs in anticipation of a contract award. This information is subject to modification and in no way binds the Government to award a contract. Address all inquires to: Transportation Security Administration, Attn: Mr. Jamie Thompson (Contracting Officer), STDO PMO Support, HSTS04-05-R-DEP976, 590 Herndon Parkway, Suite 120, Herndon, VA 20170. Mr. Thompson may also be reached at (571) 227-1877. PART 2 – QUESTIONS AND ANSWERS RELATED TO HSTS04-05-R-DEP976 PRESOLICITATION NOTICE: The following questions and Government answers are provided to provide clarity of this requirement to interested parties: Question 1: Is the one-page Notice of Interest due COB October 29, 2004? Response to Question 1: The original Due Date for receipt of the one-page Notice of Interest was 30 October. The receipt time and date for one-page Notice of Interest response(s) is hereby revised to 4 PM Eastern Standard Time, November 3rd, 2004. Notice of Interest must be received by the Contracting Officer at 590 Herndon Parkway, Suite 120, Herndon, VA 20170 Question 2: May the Notice of Interest be sent electronically (email) to your attention? Response to Question 2: No. A hard copy of the Notice of Interest must be received by TSA Contracting Officer. Address is re-affirmed in the Response to Question 1. Question 3: What is the current anticipated date for release of the solicitation (SOW) to the QVL pool? Accordingly, what is the anticipated due date for proposals and award date for the various sections? Response to Question 3: The Statement of Work (SOW) will be released with the Request for Proposals after the QVL is established. The TSA anticipates competitive award(s) in the 1st Quarter of FY 2005. Question 4: Specifically, personnel and pricing appear to be requested based on the evaluation criteria and the requirement for a GSA Federal Supply Schedule, but how do we present this information within the limitations of the one-page Notice of Interest? Are you expecting labor categories to be provided, as well as on-site and off-site rates? Response to Question 4: The announcement does not request pricing and personnel data at this time. The announcement requirement for relevant past performance qualifications requires interested parties submitting a notice of interest to identify the value of cited past performance contracts. This value will be used to assist TSA with determining how cited past performance compares to the anticipated scope of PMO requirements. Question 5: What is the estimated contract value for each section or current contract value of services provided by incumbents? Response to Question 5: The requirements addressed within FEDBIZOPs announcement have been provided over the past five years by the following companies (total contract value estimated): JIL Information Systems (Program Management Support) -- $24 million over past 5 years; NGMS (Data Collection & Analysis, and ILS Support) -- $18 million over the past 5 years; Battelle Memorial Inst. (IV&V Support) -- $33 million over past 5 years; Raytheon Technical Services Corporation (Security Equipment Integration) – less than $5 million over past 5 years for engineering services portion of contract. Question 6: In the PreSolicitation Notice excerpt below, the first sentence discusses CTO requirements, but the rest of the notice refers (numerous times) to PMO requirements. I can find no CTO organization described on the DHS website, and wonder if that CTO should actually be PMO? If CTO is correct, could you please provide a brief description or link to a description of that part of DHS? Response to Question 6: CTO refers to the Transportation Security Administration Office of Security which is headed by the Chief Technology Officer. This requirement is for the Program Management Office (PMO) support services required by the CTO to support the TSA mission. Recommend looking at TSA website for data on CTO. Question 7: In order to know how many past performance examples to submit, would you please quantify the anticipated scope (personnel and price) of the "(1) Management Services" requirements? Response to Question 7: Historical size of requirement is identified in answer to Question #5. Question 8: What is the preferred method of submittal, postal mail, email, or fax? If you don not have a preferred method, we will most likely email it to you. Response to Question 8: Please see responses to Questions #1 and #2. Question 9: How do we get our Firm added to the Federal Business Opportunities email list? Response to Question 9: TSA does not manage, control or influence the FEDBIZOPs process. Therefore, any request for incorporation on a Federal Business Opportunities e-mail list must be addressed with FEDBIZOPs management. Question 10: Please provide the following incumbent information for the STDO PMO requirement(s): Contractor; Incumbent Contract; and Expiration Date. Response to Question 10: The response to Question #5 identifies incumbent names and estimated contract value (over a 5 year period). The expiration date for all contracts is 31 December 2004. Contract numbers are: JIL Information: DTFA01-98-C-01003 NGMS: DTFA01-99-C-00034 Battelle Memorial Inst.: DTFA01-99-C-00027 Raytheon Technical Services Corporation: DTFA01-99-C-00035 Question 11: Our company is interested in becoming a GSA FSS contractor. How does a company become a GSA FSS holder? Response to Question 11: Please contact GSA. The GSA website provides information about obtaining a GSA Federal Supply Schedule. Question 12: Please clarify if you prefer the 1 page notice of interest documents to be emailed to you at this address or if you prefer a hard copy of the document sent to you via postal mail. Response to Question 12: Question #1 addresses this question. Question 13: Items (1), (3), and (4) are indicated as 100% small-business set-aside procurements; will small companies with large companies as subcontractors be allowed to compete? Response to Question 13: Qualified small businesses are encouraged to compete for these requirements. 100% small business set-aside procurements require the small business to perform a minimum of 51% of the total contract value. Question 14: Please clarify the small business size standards for the STDO PMO Support requirement. Response to Question 14: The NAICS Code for all STDO PMO Support requirements is hereby revised to: NAICS Code 541519 entitled “Other Computer Related Services”. The size standard for small businesses under the NAICS Code 541519 is $21 million per the guidance. Question 15: For area (1) Management Services, what is the small business threshold used to determine the 100% set-aside? Response to Question 15: Please see the response to Question #14. Question 16: Reference the Presolicitation Notice for STDO PMO Support (HSTS04-05-R-DEP976), you are planning for 3 of the 6 contracts to be awarded to small businesses. It was not clear whether the small business awards would be restricted to businesses of certain size. Could you please tell me what the NAICS code size standards are for the proposed small business set-asides Response to Question 16: Please see responses to Questions #13, and #14. Question 17: If our company bids a team do you want past performance quals from the subs? Response to Question 17: Each interested party that submits a notice of interest should identify the qualifications of their company. If the company is proposing to use a key subcontractor, their notice of interest can address this. Question 18: Can the 100% set aside offerors bid a team? Response to Question 18: Yes. Question 19: Are you able to be on multiple teams? Response to Question 19: Yes. Question 20: You are listed as the contact person for the subject RFP. I was wondering if there is a list my company could be added to as a potential subcontractor? Response to Question 20: TSA does not intend to list potential subcontractors. TSA may provide a list of the QVL companies. Question 21: Should one-page notification of interest identify contract number and customer point of contact (including phone) for the past performance cited – so that the TSA contracting officer can validate past performance citation(s)? Response to Question 21: Yes, please provide customer point of contact for cited past performance on their one-page notice of interest. Question 22: When is the final cut-off day for questions related to the FEDBIZOPs Announcement? Response to Question 22: The final date for Contracting Officer receipt of questions related to the FEDBIZOPs announcement for HSTS04-04-R-DEP976 is 5 PM Eastern Daylight Savings on Thursday, 28 October 2004. Question 23: RESERVED Question 24: Are bidders interested in the full and open competition items (2, 5, and 6) subject to the $6M standard size limitation associated with 541990? Is there any size limitation associated with items 2, 5, and 6? Response to Question 24: Question #14 addresses size standards. Question 25: May the one-page notice of interest responses be emailed directly to you by the 29th? Response to Question 24: Question #2 addresses this question. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/TSA/HQTSA/HSTS04-05-R-DEP976/listing.html)
 
Place of Performance
Address: Arlington, VA
Zip Code: 22202
Country: United States of America
 
Record
SN00741741-F 20050129/050127214232 (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.