Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
SOLICITATION NOTICE

A -- ADVANCED WEAPONS AND EXPLOSIVES DETECTION SYSTEM CARRY-ON BAGGAGE/POSSESSIONS AT PASSENGER CHECKPOINTS- PROJECT CAMBRIA

Notice Date
4/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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-RED084
 
Response Due
5/10/2005
 
Point of Contact
Sheila Roche, Contracting Officer, Phone 571-227-3870, Fax 571-227-2911, - Paul Bonsiero, Contract Specialist, Phone 571-227-3869, Fax 571-227-2911,
 
E-Mail Address
Sheila.Roche@dhs.gov, Paul.Bonsiero@dhs.gov
 
Description
DESCRIPTION OF PROCUREMENT The Transportation Security Administration (TSA) anticipates a requirement for the development, evaluation, training, trial deployment and support of CAMBRIA devices for the purpose of automated screening of passenger carry-on baggage and divested articles at checkpoints to replace currently deployed carry-on baggage inspection equipment. As part of the base effort, the Contractor shall design, fabricate, verify, and deliver three operational devices within 12 months after contract award. It is anticipated that there will be three (3) options as part of the effort to include field support services, training, and a technical data package. Option 1, for Field Support Services, includes installation of the three (3) devices not later than 6 months after exercise of option, and maintenance, site service, and logistics for 6 months after the fielding of equipment, with warranty support extending for one year after exercise of option. Option 2 includes development of a training program for the system to be delivered 2 months after exercise of the option. Option 3 is for a Technical Data Package (TDP) to support third party maintenance within 3 months after exercise of the option. Note that this is not a formal request for proposal. TSA will not reimburse any preparation costs associated with responses to this announcement. The following attachments are available under this announcement, as described below: Attachment 1: Clearance Sponsorship Form Attachment 2: Non-Disclosure Statement SECURITY REQUIREMENTS The effort will require Contractors to have a CONFIDENTIAL facility and level of safeguarding clearance in accordance with the DD254. Therefore, the Contractor shall be a participant in the National Industrial Security Program and have a CONFIDENTIAL facility clearance at time of proposal submission since Appendix A to the Technical Requirements Document (TRD) is a key part of this effort and is classified. Those companies who do not currently possess a facility clearance may complete the attached sponsorship form (ATTACHMENT 1 to this synopsis) to be submitted to Mr. Tom Jerdan at Transportation Security Laboratory, TSL-400, Building 315, Atlantic City International Airport, NJ 08405 via email at Thomas.jerdan@dhs.gov or via fax at (609)-383-1973. Note that TSA is not responsible for granting clearances since Defense Security Service administers that process. NONDISCLOSURE STATEMENT ATTACHMENT 2 Since the unclassified TRD for this effort is “For Official Use Only,” the Individual who is reviewing the unclassified TRD must sign the attached Non Disclosure Agreement and fax it back by 10 May 2005 at 5:00 p.m., Eastern Standard Time, to the ATTN of Ms. Sheila Roche at 571-227-1372 or 571-227-2911. That individual will be responsible for ensuring that other people in the company that read the TRD follow the same requirements as stated in the NDA. Those individuals who have signed a Non Disclosure Agreement (NDA) will be emailed the unclassified TRD at a date to be determined, but prior to the pre-proposal conference. The classified TRD will be provided to only those companies who have the proper clearances. PRE-PROPOSAL CONFERENCE After the release of the RFP, it is anticipated that a pre-proposal conference will be held at Transportation Security Laboratory, William J. Hughes Technical Center, Atlantic City, NJ, for one day, sometime during the week of May 16th. A separate announcement will be published in www.fedbizopps providing details. Those companies wishing to attend the pre-proposal conference shall submit their visit request to Mr. Tom Jerdan at 609-383-1973 by 10 May 2005 at 5:00 pm, Eastern Standard Time. During the pre-proposal conference, individuals may ask questions concerning the RFP and the procurement process. After the pre-proposal conference, an amendment will be issued which documents questions and answers posed at the pre-proposal conference. CUTOFF FOR SUBMISSION OF INTEREST Interested Parties who wish to participate in the effort shall contact Ms. Sheila Roche via email at Sheila.Roche@dhs.gov by 10 May 2005 at 5:00 pm, Eastern Standard Time and provide the following on a single page (8 ˝ X 11): Name, Address, Company Name, Email address, phone and fax number, CAGE Code, facility clearance information, and applicable quality assurance information (i.e. ISO 9001 or equivalent.) Please also indicate whether your company plans to attend the pre-proposal conference. After the cutoff date, the Government reserves the right not to consider additional companies for the balance of the procurement process. The RFP and any associated amendments will only be provided to the interested parties. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-APR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-SEP-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-RED084/listing.html)
 
Record
SN00902142-F 20050924/050922214501 (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.