Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2006 FBO #1503
SOURCES SOUGHT

V -- Reservations Support Services

Notice Date
1/5/2006
 
Notice Type
Sources Sought
 
NAICS
561599 — All Other Travel Arrangement and Reservation Services
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Contracts & Procurement, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405
 
ZIP Code
08405
 
Solicitation Number
NGB-0001
 
Response Due
1/12/2006
 
Archive Date
1/16/2006
 
Description
This sources sought synopsis is for planning purposes only to identify potential small business sources and shall not be construed as a commitment by the Government to issue a solicitation, to set-aside this requirement for small businesses, or to make a contract award. Any information submitted in response to this sources sought synopsis is strictly voluntary. The Government will not pay for any information submitted in response to this sources sought announcement. The applicable NAICS code is 561599, All Other Travel Arrangement and Reservation Services. The size standard associated with this NAICS code is $6.5 million. Only small businesses that meet the applicable size standard should reply to this announcement. DHS/TSA has a requirement for contracted reservations support personnel to staff a 24x7 operation located in Herndon, VA. Initial staffing required will be twenty-one full time personnel on or about June 1, 2006. An additional fourteen personnel will be required prior to the end of Fiscal Year 2006. The following list of requirements is mandatory: 1. Every individual proposed to work on this requirement shall be capable of obtaining a SECRET security clearance. Every contract employee must successfully complete a background investigation resulting in the approval of a SECRET clearance. This investigation will include, but may not be limited to, a review of an individual?s activities during at least the past seven years, and especially any arrests, convictions, dismissals from previous jobs, outstanding debts or financial issues, use of alcohol and illegal drugs, and the sale and distribution of illegal drugs. All proposed employees must be citizens of the United States. 2. Every individual employee proposed shall have a minimum of four years of native SABRE computer reservations systems experience working with flight booking and ticketing, and hotel reservations. Three years of experience shall have been in a Corporate Travel Agency/Office and/or Airline Reservations Call center environment. 3. All personnel shall be proficient in Microsoft Office products, shall have good oral and written communications skills, and shall be able to read, write, and fluently speak the English language. All personnel shall have at least a high school diploma, and shall possess excellent organizational and administrative skills. 4. The requirement is to support a 24x7 operation, with three shifts. All contracted staff must be able to work every shift with any emphasis on shift rotation to accommodate the 24 hour operation. The contractor shall have the proven capability to staff a 24x7 operation with an emphasis on shift rotations. 5. The contractor shall have the proven capability to employ 21 full time employees on a single contract and to increase staffing by an additional 14 full time personnel upon notification from the Government. The contractor shall have the proven capability to fully staff every shift at the required staffing level of 21 to 35 full time personnel equating to 7 to 12 per shift, without the use of overtime, by drawing upon personnel resources to immediately fill any vacancies that occur due to sudden attrition and/or leave of any kind. The use of part-time or floating personnel shall not be acceptable. 6. Contracted personnel shall follow the standard operating procedures of the facility. 7. This requirement seeks personnel only and does not require the use of a contractor facility or office, reservations systems, flight scheduling and or ticketing systems. The Government has a separate contract with SABRE for equipment/computer reservations system and has its own facility where contractor personnel will work. 8. Contract employees shall not be eligible for any IATAN benefits or any other industry benefits of any kind while performing services under this contract. Additionally, there shall not be any agency transaction fees, service charges or commissions applicable or implied in any way under this contract. Compensation to any future contractor shall be limited exclusively to the awarded hourly fixed rates for personnel. In response to this sources sought synopsis, qualified small businesses are invited to submit a capability statement which shall not exceed five, single-sided, type written pages. At a minimum, the capability statement shall provide clear and convincing evidence that the potential small business vendor has recently or is currently successfully performing a Government contract similar in size and scope to the requirement details provided herein. For the purpose of this sources sought synopsis, recent shall be defined to mean within the last 3 years. The Government is only interested in responses from small businesses with successful current or recent past performance which clearly illustrates their ability to meet every requirement established above under a single contract. For each past performance reference, the capability statement must affirmatively state that each requirement set forth above is or was a part of the contract requirements, and is or was successfully met by the contractor. Additionally, for each past performance reference, the capability statement shall provide current contact information to include name, phone number, mailing address, and email address for the Government Program Manager and the Government Contracting Officer to allow DHS/TSA to confirm the validity of all information submitted. It is the contractor?s responsibility to confirm all contact information submitted as part of the capability statement. Information that cannot be verified by Government will be considered non responsive. All responses to this sources sought synopsis shall be submitted not later than January 12, 2006 to the Contracting Officer. Responses may be submitted via email to nancy.g.ballay@secureskies.net or via fax to Ms. Ballay?s attention at (609) 813-3446.
 
Record
SN00961428-W 20060107/060105211601 (fbodaily.com)
 
Source
FedBizOpps 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.