Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SPECIAL NOTICE

D -- SBInet Advisory Multi-Step Process

Notice Date
3/7/2006
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
SBInetSpecialNotice0004
 
Response Due
3/14/2006
 
Archive Date
3/29/2006
 
Description
Please read this entire notice carefully as it constitutes the only notice that will be issued regarding the Department of Homeland Security, Customs & Border Protection?s (CBP) SBInet ? Advisory Multi-Step Process. Customs and Border Protection intends to issue a Request for Proposal that may result in the award of an indefinite deliver/indefinite quantity (IDIQ) contract. This contract is to provide services, products and management needed to ensure accomplishment of the CBP SBInet Initiative, to achieve border control through the optimum mix of staffing, infrastructure and technology. The focus of SBInet is securing the land borders at and between the Ports of Entry (POEs) of the United States of America and establishing a Common Operational Picture (COP) within DHS. The Solicitation/Request for Proposal number has not yet been assigned. All documents applicable to this special notice will be available via the Internet at http://www.cbp.gov/xp/cgov/toolbox/contrtact/sbi_net/. Interested parties are invited to respond to this Special Notice, which is issued following the procedures described under FAR 15.202. This method also correlates with use of a Statement of Objectives for performance-based support under a single integration support contract for CBP?s multi-year SBInet Program. Telephone requests for this Special Notice cannot be honored and no prospective offerors list shall be maintained. Please note that no questions will be accepted during Phase 1 of the Advisory Multi-Step Process, described below. The anticipated Request for Proposal (RFP) (Phase 2) release date is March 31, 2006. Please ensure the reference number and program title (U.S. Customs & Border Protection ? Secure Border Initiative, SBInet) is referenced on all correspondence. ADVISORY MULTI-STEP PROCESS: This advisory multi-step process is divided into two (2) phases. Phase 1 consists of the submission of Vendor Capability Statements, agency evaluations of the capability statements, and subsequent advisory notifications to vendors of their likelihood of being a viable competitor. To preserve the integrity of the on-going solicitation, the government will not entertain any phone calls, emails, questions, or communication of any kind during this phase. Phase 2 consists of the solicitation, proposal evaluation, and award. Phase 1 ? Submission of Vendor Capability Statements, Agency Evaluations and Advisory Notifications This phase includes submissions of Vendor Capability Statements the SBInet Relevant Experience Questionnaire, followed by CBP?s assessment and the advisory notifications. A. Submission of Vendor Capability Statements: Interested vendors are invited to submit Capability Statements describing the information requested in the Vendor Capability Statement Instructions below. Vendor Capability Statements and the accompanying Relevant Experience Questionnaire forms must be submitted via email to SBInet@dhs.gov no later than Tuesday, March 14, 2006, 9:00 am EST. Please ensure the RFP number and program title (U.S. Customs & Border Protection ? Secure Border Initiative, SBInet) is referenced in the subject line of the email. Responding to a performance-based solicitation, especially one utilizing a SOO that seeks contractor-developed solutions requires a significant effort on the part of contractors to propose to the government. It also requires a substantial effort on the part of the agency's evaluation team to evaluate an array of different approaches and solutions. Though the advisory notifications are not a competitive range determination, it is the agency?s intent and approach to limit the competitive pool to those select few contractors most qualified to offer a successful solution thus limiting the number of contractors that will go through the time, expense, and effort of developing proposals. Contractors contemplating competing for this performance-based contract award are asked to carefully review the attached SBInet Program Background, and Capability Statements and Criteria documents to make a realistic self-assessment as to their potential viability. B. Agency Evaluations: The Vendor Capability Statements will be evaluated based upon the areas and criteria identified in the Vendor Capability Statements Instructions below. The agency will complete the Phase 1 advisory multi-step process without communicating with the vendors who provide submissions. There will be no opportunity for questions during this phase. C. Advisory Notifications: CPB will issue advisory notifications stating that the respondent will either be invited to participate in the resultant acquisition, or, based on the information submitted, the respondent is unlikely to be a viable competitor. As explained in FAR 15.202(b), Advisory Multi-Step Process, ??.The agency shall inform all respondents that, notwithstanding the advice provided by the Government in response to their submissions, they may participate in the resultant acquisition.? Phase 2 ? Solicitation, Proposal Evaluation and Award of an indefinite delivery/indefinite quantity (IDIQ) contract This phase will be initiated by issuing a formal RFP. Offerors will be required to submit detailed technical and cost proposals, management plans, proposed performance measures, and subcontracting plans. The RFP will also identify initial (or possibly sample) tasks to be completed by the selected offeror following contract award. To ensure that the government receives the best proposal, prospective offerors will be provided an opportunity to participate in a ?due diligence? period where prospective offerors meet with key agency representatives to learn as much as possible about the SBInet program, mission goals, and requirements in order to develop a competitive solution. Vendor Capability Statement Instructions and Relevant Experience Form CBP only expects capability statements from qualified prime contractors. The capabilities of any potential sub-contractor(s) or partner(s) may be incorporated into a single capability statement. Instructions: Firms should respond to the Presolicitation Notice by addressing the topics listed below. The total page number should not exceed twenty-five (25), (excluding Vendor Capability Forms and Relevant Experience Forms) and headings and topics may be consolidated when practical. 1) Corporate History/Viability ? a brief description of the company, its services, its current financial status, and its viability in support of a long-term initiative for SBInet. 2) Experience ? i) Business: Identify up to three prime contract efforts that demonstrate your company?s experience as an integrator and show your work with one or more of the following: U.S. Department of Homeland Security; Department of Defense, Department of Energy or international organizations involved in border control, air and coastal surveillance, communication and tactical infrastructure; and/or the security industry. ii) Relevant Past Performance: Identify up to three prime contract efforts of similar size, scope, and complexity as the SBInet Program. Provide a summary of each contract using the attached templates: (1) Vendor Capability Statement and (2) Relevant Experience Form. The reference contracts can be with Federal, commercial or other customers. Efforts cited should be similar to SBInet in the following areas: (a) Infrastructure (i) Experience constructing and/or deploying large physical infrastructure (e.g. perimeter security, border control); (ii) Experience conducting site acquisition (fee simple, lease, easement, etc.), feasibility studies and design work, and construction activities for complex barrier systems, lighting systems and personnel facilities; (iii) Experience coordinating complex construction activities with federal government service providers e.g. (U.S. General Services Administration, U.S. Army Corps of Engineers, Joint Task Force North, etc.); (iv) Experience conducting/coordinating environmental planning and compliance activities for complex construction projects; (v) Experience conducting/coordinating complex construction activities in hostile environments (geographical remote site, conflict conditions, volatile climatic conditions, diverse terrain, subterranean, etc.). (b) Personnel (?human capital?) (i) Experience in recruitment, hiring, training, staffing positions with the right people, retaining key personnel; (ii) Experience in advising agencies in enhancing their hiring programs, training programs, staffing models, personnel resource allocation; (iii) Experience in supporting organizational change management; (iv) Experience working with large labor unions. (c) Technology (i) Experience with innovative use of Commercial-Off-the-Shelf (COTS), Government-Off-the-Shelf (GOTS) products; (ii) Level of Effort (LOE) ? Similar integration efforts with several large scale projects that you think are comparable in scope to what was presented at Industry Day (Reference http://www.cbp.gov/xp/cgov/toolbox/contracting/sbi_net/industry_day/; (iii) Logistics - Maintenance and support of large-scale system; (iv) User Diversity ? Systems developed for use by internal staff, external customers and partners with similar populations to those of CBP: internal and local, state, tribal, and other local law enforcement; (v) System Diversity ? System modernization efforts with a similar number of impacted systems: systems that collect, evaluate and disseminate data interoperability, flexibility, adaptability, scalability Enterprise-wide processing solutions, telecommunications systems Detection and communications systems (e.g. border detection systems, sensors). (d) Project Scope ? System development projects that demonstrate experience in state of the market surveillance and decision support, including: (i) Integrated Solution Delivery ? Developing , integrating and maintaining state-of-the-market solutions in support of the customer?s operation; (ii) Legacy system ? Implementing a development plan that includes evaluating and integrating, where appropriate, legacy systems into the new system design. (e) Legal and Regulatory Complexity ? Developing, integrating and implementing systems that have, as their basis, statutes and regulations that require tracking, reporting, analyses and follow-up activities. iii) Technical Capability: Identify your company?s capabilities in the following technical areas: (a) CMMI: Program planning and management of large ?system of systems? at the CMMI Level 3 or higher (indicate whether independently certified or self-certified) (b) ISO Certification (c) Large, distributed system development and deployment with experience in developing software intensive surveillance, geographic information systems, communications and command and control systems (d) Operator Interface design with extensive experience in human factors engineering iv) Performance-based Contracting: Identify your staff?s and company?s experience with the following: (a) Working in a performance-based contracting environment that includes incentives and/or disincentives (b) Working with a customer to develop appropriate performance measures/metrics and then evolving those measures/metrics over time.
 
Record
SN01001134-W 20060309/060307211542 (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.