Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

D -- TSA High Speed Connectivity (HiSOC) Airport Deployment Phase III

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
CIO589
 
Response Due
7/6/2006
 
Archive Date
7/6/2006
 
Description
This is a Pre-Solicitation Screening Information Request (SIR) to seek qualified sources for the Transportation Security Administration (TSA) Office of the Chief Information Officer to provide network integration and installation services as outlined herein . This is an unrestricted procurement and all interested companies are invited to participate. Any and all updates to this request will be posted to the Government Point of Entry at www.fbo.gov. Interested parties are encouraged to check www.fbo.gov frequently for possible updates. While any and all questions must be directed to one of the Government points of contact identified in this announcement, answers to those questions, as well as any and all clarifications, extensions or changes will be posted to www.fbo.gov and will only be available at www.fbo.gov prior to the closing date and time of the this notice. This procurement will be conducted using the Transportation Security Administration Acquisition Management System (TSAAMS). Interested parties may learn more about the Acquisition Management System at http://fast.faa.gov. TSA is exempted from the Federal Acquisition Regulation (FAR) by the Aviation and Transportation Security Act (ATSA ? Public Law 107-71) and empowered to use TSAAMS by the same authority. Specifically, FAR Part 15 does not apply under TSAAMS and ?full and open competition? is replaced with a screening process which authorizes the TSA to perform a down-select which limits the participation in the next phase (i.e., Request for Proposal) to only those offerors who are determined most likely to receive award. Background: The Department of Homeland Security, Transportation Security Administration (TSA) has a requirement for an integration and installation services provider to design, integrate and deploy Local Area Networks to 358 categories II, III, and IV federalized airports worldwide (attached is the complete listing of all airports for this requirement and there location). The selected provider will build on the infrastructure currently installed at the airports by the TSA Information Technology Managed Services LAN/WAN deployment and the Hi-Speed Operational Connectivity (Hi-SOC) ?User Connectivity (Hi-SOC Phase II)? projects. The selected provider will develop a proposal for overall integration and project management activities and individual site specific statements of work (SOW) using the information and assumptions contained in the TSA Hi-SOC Project SOW, ?as built? documentation provided by TSA as well as information from site visits and site specific government developed SOW?s. With oversight from TSA, the selected provider is responsible for all activities and coordination pursuant to the installation of the horizontal cable plant and interconnectivity to the TSA Wide Area Network (WAN). All structured cabling will comply with the TSA Structured Cabling manual, IEEE 802.3 standards, local building and electrical codes, and industry best practices. The installation scope provides LAN connectivity to all TSA controlled areas and interface with the TSA WAN based on information and assumptions contained in the TSA Hi-SOC Project SOW to include: Site Installation will include: - Installation of switches, if they do not already exist, into the cabinets installed by the Site Preparation contractor. - Uninterruptible Power Supply (UPS), which is required to be installed in every rack location. These UPSs should be obtained from the WWT or purchased as part of the rack installation, if they do not already exist in the racks. The authorized models are: - APC SUA1500RM2U with optional AP9619 Network Monitoring Card w/temperature sensor. This model will power a basic router, switch, and out-of-band equipment and requires a standard 20 amp outlet - APC SUA3000RM2U with optional AP9619 Network Monitoring Card w/temperature sensor. This model will generally power a core rack with router, multiple switches, and out-of-band equipment. It requires a 30 amp twist lock outlet. - Either model should be able to power normal VoIP installations. - If a 30 amp circuit already exists, then use the SUA3000. Otherwise, use the appropriate UPS for the installation. Do not use an SUA1500 if the SUA3000 is required. - No additional batteries, no extended warranty, no additional software is required. - For those devices with dual power supplies, only one should be connected to the UPS. The other should use direct power, preferably from another outlet/circuit. - Testing of connectivity from the device port to the switch/router - Testing LAN connectivity and workstation applications to the Hosting Center - Migration of users from legacy domain to Network domain - Migration of workstation system software, to include from Windows 2000 to Windows XP where required, productivity suite, and any other software noted in the site specific technical proposal for any workstation which is connected to the TSA legacy domain (Red Package). (Note: For any workstations that are not currently connected to the TSA legacy domain (standalone), a determination will have to be made by Headquarters Operational Effectiveness as to whether these workstations will be replaced with TSA-imaged/approved equipment, or left in place as is in a standalone state. - Configuration of proxy settings - Migration of user data and email - Update security patches and anti-virus definitions on workstations - Scan for viruses before joining network - Provision and connect all required RJ 45 patch cables for connection of equipment to the wall plates and patch panel - Configure and connect workstations and printers - Installation and configuration of VoIP phones and service - Perform Quality Assurance (QA) test - Connection of the Training PC(s) - Web access - Provide a list of analog telephone lines which can be disconnected to CommOps - Process VPN disconnects for users that are LAN connected (Note: mobile laptop users may elect to keep their VPN accounts) - Update Asset Management database - Collect reports and Site Turnover Document - Install and test Electronic Time & Attendance badge readers when applicable. TSA controlled spaces include, at a minimum, the following where applicable: - Screening checkpoints - Checkpoint Screening Manager podiums/offices - Administrative spaces - Break rooms - Training rooms - Operations Centers - Baggage screening areas Qualification Information: Interested firms are required to submit a capabilities statement that addresses the following: 1. Capability to Perform: Interested Firms must demonstrate their capacity to perform, on a nationwide basis (CONUS and OCONUS), the requirement listed above. Firms must also demonstrate their ability to meet aggressive deployment schedules and provide the resources to manage multiple projects at the same time. 2. Past performance - Interested Firms shall discuss their previous experience in large-scale nationwide IT deployments in the federal arena and documented experience in managing and maintaining schedule and performance. Only Past Performance of similar size, scope, and complexity should be discussed. Also, TSA is looking for innovative contract approaches to completing the requirements list above. A proposed price is not required at this phase, but firms are invited to provide suggested pricing techniques in the fixed price arena for consideration by TSA. Generic capability statements (i.e., marketing material and other commercial literature) will not be accepted. Capability statements shall not exceed 15 pages in length and are required to be submitted electronically via email to renee.sturgill@dhs.gov no later than July 6, 2006, 5:00 p.m Eastern time. Late responses will not be accepted. TSA will perform a down-select which will limit participation in the next phase to only those firms who, based on their responses to this notice, are most likely to receive award. The Contracting Officer may limit the number of offerors to no more than five firms for purposes of efficiency and the likeliness for award. To make the down-select determination, TSA will be assessing the interested firm?s capability to perform and relevant past experience. Those firms who are not included in the down-select will be notified and will have 3 business days to request a debriefing from the Contracting Officer (CO). Those firms who are included in the down-select will receive a Request for Proposal. TSA anticipates award of a performance-based contract action which will be made on the basis of best value to the Government. TSA makes no guarantee of award of contract as a result of this or any future SIR. Tentative Milestones: TSA?s tentative milestones (which the Agency reserves the right to change) for this procurement are as follows: June 22, 2006 ? SIR Released July 6, 2006 ? Capability Statements Due at 5:00 PM EST July 10, 2006 ? RFP released to Down-selected vendors. Those not selected will receive notification. July 31, 2006 ? Proposals due September 10, 2006 ? Award of contract If Interested All interested vendors must submit the requested information TSA?s Office of Acquisition (OA). All interested companies are hereby made aware that in order to be considered they must submit the request information by the deadline stated in this notice. TSA?s primary point of contact is Renee Sturgill, who can be reached via phone at 571-227-1411 or via e-mail at renee.sturgill@dhs.gov. If Renee Sturgill is not available, please contact the Contracting Officer (CO), Ms. Susan Messina, at 571-227-4055 or at susan.messina@dhs.gov. Any questions about this notice shall be directed to Renee.Sturgill in writing via email by June 29, 2006. The deadline for submission will not be extended unless the CO determines that an extension is necessary to maintain the competitive nature of the procurement. (Note: TSA will not pay pre-proposal or any bid costs associated with this effort).
 
Place of Performance
Address: nationwide (CONUS and OCONUS)
 
Record
SN01075423-W 20060624/060622220638 (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.