Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOURCES SOUGHT

R -- TSA is seeking sources that can provide the Transportation Security Administration with 3 full time equivalent (FTE) positions at the Transportation Security Administration?s Headquarters in Arlington

Notice Date
2/17/2006
 
Notice Type
Sources Sought
 
NAICS
541219 — Other Accounting 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
HSTS01-06-R-REV900
 
Response Due
2/24/2006
 
Archive Date
3/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Announcement: THIS IS A SOURCES SOUGHT NOTICE FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE TSA ACQUISITION MANAGEMENT SYSTEM (TSAAMS). The Transportation Security Administration intends to begin market research to obtain contract services to perform revenue administration services for Federal agencies. These fees are imposed on multiple sectors of commerce and transportation. Almost half of TSA?s approximately $5 billion annual budget is derived from these various transportation security fees. TSA intends to use the market research to determine a Qualified Vendor List (QVL) on a Small Business Set-Aside utilizing TSAAMS. Contractors with experience performing revenue administration services as described below, for Federal agencies in the United States, are strongly preferred. At the conclusion of evaluations for the potential solicitation, TSA may award a single Small Business contract to the successful offeror(s). The NAICS Code for this requirement is 541219. Contractors are required to either register with the Central Contractor Registration (CCR) system (www.ccr.gov) prior to submitting a capability statement and so indicate, or they must provide sufficient information in their capability statement to establish their small business status; instructions are provided later in this document. Companies wishing to seek further information pertaining to this requirement should contact Zelda Proctor at Zelda.Proctor@dhs.gov. Instructions: TSA intends to conduct market research to identify Small Businesses who have the potential to fulfill the TSA revenue administration services requirement. Interested contractors shall provide a capability statement of no more than 10 pages to Zelda Proctor at Zelda.Proctor@dhs.gov. The statement must detail the contractor?s capabilities and experience in successfully performing services for the development, implementation, and regulation of Federal user fees for Federal agencies. Additionally, 1 to 3 contract/task order references should be provided as proof of prior experience. The references should describe work performed for other Federal agencies within the last 5 years. The references should be submitted as a Word document (tables are okay), and for each reference cite contract title and description, contracting officer and COTR, names, email addresses, phone numbers, contract and/or task number, dates of performance, and total contract price. Include a short description of the objectives of the contract and if the objectives were met. The contractor must also submit resumes of the proposed key employees capable of performing the functions identified below. A letter of commitment must accompany the resumes for either current or contingent hire employees. The resumes must be no more than 2 pages and should directly reflect relevant skills and experiences sought below. Resumes are to be in addition to the capabilities statement (up to 3 resumes for potential key employees for each position will be considered, though only a minimum of one is required). Offerors are instructed to email their capability statements to the address listed above. Because of security screening requirements, DO NOT use the US Postal Service or overnight express service. Emailed capability statements must be in either one (1) PDF or one (1) Microsoft Word document of no more than 10 single sided pages. The submission of capability statements are due no later than February 24, 2006 by 2:00pm EST. Single or multiple attachments or exhibits (other than resumes) will not be opened or considered. TSA will not pay bid preparation costs for any responses to this announcement nor will proprietary information be evaluated. Introduction/Requirements: The positions to be filled will be located at the Transportation Security Administration?s Headquarters in Arlington, VA. The contractor must be able to provide TSA with three (3) full time equivalent (FTE) positions. Each task outlined below will be performed by one position: Development of Transportation Security Fees (1 FTE) ? Major skills, experiences and related deliverables include (but are not limited to) market analysis and estimation, program cost estimation based on extensive knowledge of cost accounting principles and methodologies, establishment of fee development processes and fee forecast vs. actual collections analysis. Implementation of Transportation Security Fees (1 FTE) ? Major skills, experiences and related deliverables include (but are not limited to) the implementation of a revenue collections platform within the agency?s newly implemented Core Accounting System, (with specific technical knowledge of Oracle Financials as implemented in a Federal agency/department) development and documentation of revenue procedures for security fee invoicing and remittance, development and maintenance of customer account structure for invoicing and remittance, and revenue analysis activities to assess various trends and payment/collection performance (e.g. account aging reports, etc.) Regulation of Transportation Security Fees (1 FTE) ? Major skills, experiences and related deliverables include (but are not limited to) maintenance of revenue collection records, identification and maintenance of customer compliance issues in the OR contact database, coordination and issuance of compliance correspondence with more than 200 commercial air carriers, security fee audit assistance and analysis as required, and assistance in the development of Government claims for customer bankruptcy proceedings. Selection Process for QVL: TSA requirements will be evaluated on a GO, NO/GO basis. Offerors who DO NOT meet the TSA requirements identified as GO, NO/GO criteria WILL NOT be evaluated further on TSA requirements criteria. Only Small Businesses that meet the TSA requirements will be placed on the Qualified Vendor List (QVL) and will be determined to have a reasonable chance to compete in the solicitation. Due to the potential number of Small Businesses that may be interested in participating in the requirement, TSA will follow a down-select acquisition approach which is as follows: 1) Select Offerors determined qualified for the Qualified Vendor List (QVL) (Phase I) 2) Issue the solicitation to the QVL directly via email (Phase II) 3) Issue a Single awards based on the evaluation of offerors (Phase III) The first phase is to establish one QVL specifically for this procurement. The QVL will pre-qualify offerors seeking to compete for this requirement through mandatory GO, NO/GO technical qualifications. Capability statements will determine the contractor to be a GO, NO/GO candidate if past performance provided meets the scope of criteria stated in sections ?Announcement? and ?Introduction/Requirements? and has demonstrated the ability to effectively develop, implement and regulate user fees for Federal agencies. The establishment of the QVL will streamline the acquisition process and allow for TSA to maintain greater control of the contract competition. To be considered qualified, the Small Business must demonstrate, through its past performance, that it performed equivalent user fee services (aforementioned reference information is required). After establishing the QVL, TSA plans to implement the second phase of the procurement by issuing a Request for Proposals (RFP) to the Small Business on the QVL. The result of the RFP will be to award a single Small Business Set-Aside contract to the offeror evaluated to present the best value in terms of required technical and cost capabilities. The RFP will include the objectives of the requirement and information on the criteria and evaluation of the RFP responses. Additional Information: The solicitation, when issued will be sent directly to the Small Businesses selected for the QVL, via email. The Central Contractor Registration (CCR) database is a part of the Business Partner Network, an E-gov initiative, and will be used to validate vendor identity. Prior to issuance of the RFP, all potential contractors must be registered in CCR. You may access CCR at the following URL: www.ccr.gov. All vendors must supply the following information in your capability statement: Business Size, Company?s CCR Registration Number (if applicable), Dun and Bradstreet Number (DUNS), Street and Mailing Addresses, Contact Person Name, Telephone Number, and E-Mail Address. As required by the Federal Acquisition Regulations (FAR) beginning January 1, 2005, all vendors are required to complete the Online Representations and Certifications Applications (ORCA) as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov.
 
Place of Performance
Address: 601 South 12th Street, Arlington, VA
Zip Code: 22202
Country: United States
 
Record
SN00990295-W 20060219/060217211600 (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  © 1994-2020, Loren Data Corp.