Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
SOURCES SOUGHT

R -- Sources Sought Notice For Adjudication Services Support/Risk Assessment

Notice Date
7/2/2008
 
Notice Type
Sources Sought
 
NAICS
561611 — Investigation Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS02-08-I-TTC7108
 
Response Due
7/23/2008
 
Archive Date
8/7/2008
 
Point of Contact
Matthew Erbe,, Phone: 571-227-1891, Guy D Galloway,, Phone: 571-227-3727
 
E-Mail Address
matthew.erbe@dhs.gov, guy.galloway@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice For DHS TSA Transportation Threat Assessment and Credentialing Adjudication Services Support INTRODUCTION This is a Sources Sought Notice for the Department of Homeland Security, Transportation Security Administration, Transportation Threat Assessment & Credentialing (TTAC), Office of Security Threat Assessment Operations (OSTAO) to provide support adjudicating Security Threat Assessments for selected transportation security programs. BACKGROUND The Transportation Security Administration (TSA) is responsible for protecting the nation’s transportation systems to ensure freedom of movement of people and commerce. The Office of Transportation Threat Assessment and Credentialing, Adjudication Services (AS) support task conducts Security Threat Assessments (STAs) for individuals applying for credentials or access to the nation’s transportation system. A STA conducted by TSA consists of an automated biographic and biometric background check of criminal records, immigration records and intelligence-related information. It includes reviewing this background information to determine potential disqualifications for criminal offenses, immigration issues, links to terrorism, and/or mental competencies based on a fingerprint-based Federal Bureau of Investigations (FBI) criminal history records check (CHRC), a check for any open wants and warrants, an intelligence-related check, and an immigration/citizenship status check. In support of the TSA mission, the TTAC STA adjudicators are responsible for conducting STAs for every transportation worker seeking to obtain an endorsement, credential, and/or privilege in a number of programs including, but not limited to: 1.Aviation Worker (AW) Program; 2.Hazardous Materials Endorsement (HME) Program for Commercial Driver’s Licenses (CDLs); 3.Indirect Air Carrier/Air Cargo (IAC) Program ; 4.Certified Cargo Screening Program (CCSP); 5.Registered Traveler (RT) Program; and 6.Transportation Worker Identification Credential (TWIC) Program. It is anticipated that TTAC will continue to bring on new populations. In onboarding new populations, caseloads increase which may require surge support for limited durations on multiple occasions. The increase in populations will double or triple the caseloads for some duration then return to a new higher baseline. In some instances, adjudicators may access government or commercial databases to conduct research and obtain case information. TTAC uses web-enabled TSA systems as primary tools for gathering, viewing and synthesizing information needed to conduct STAs and render credential decisions. TSA checks applicant information against the following databases depending on STA requirements for the specific program in order to make a credential or access decision: •National Crime Information Center (NCIC) •Integrated Automated Fingerprint Identification System (IAFIS) •TSA Colorado Springs Operations Center (CSOC) •Systematic Alien Verification for Entitlement (SAVE VIS) OBJECTIVES The overall objective of this Sources Sought Notice is to improve the understanding of industry capabilities and identify qualified sources to provide TTAC Adjudication Services Support. Business Type: Identify your business type – large, small, small disadvantaged, 8(a)-certified small disadvantaged, HUBZone small, woman-owned small, very small, veteran-owned small, service-disabled veteran-owned small – based upon North American Industry Classification System (NAICS) code 561611, “Investigation Services.” The term Small Business Concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR Part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, with no more than 500 employees. Responders are cautioned, however, that this is a general description only; additional standards and conditions apply. Refer to Federal Acquisition Regulation (FAR) Part 19 at www.arnet.gov/far/ for additional detailed information on Small Business Size Standards. Responding to this Sources Sought Notice does not automatically include the responder in any bidders list in the event that TTAC develops such a list. Vendors wishing to submit a proposal to any subsequent solicitation must monitor FedBizOps for the synopsis. This Sources Sought Notice is for informational purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute a Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. CAPABILITIES COVERAGE The process of conducting STAs is divided into three primary functional areas: adjudication, post-adjudication and risk assessment. Adjudication involves the initial adjudication, mid-level adjudication and senior adjudication functions in assessment of the applicant’s eligibility for the applicable credential, endorsement, or privilege. If adjudication determines that an applicant’s information reflects derogatory information that would disqualify him/her from receiving a positive STA result, an Initial Determination of Threat Assessment (IDTA) letter is generated and sent to the applicant. The applicant must resolve the potentially disqualifying information or in some cases may request a waiver from the disqualifying condition as part of the post-adjudication process. Post-adjudication involves the management of applicant appeal requests, waiver requests, waiver review boards, case research, Administrative Law Judge proceedings and other activities relating to providing legal due-process and redress for STA applicants. Risk assessment involves fact-finding, investigation, and analysis of potential security threats. Secure information technology and facilities are required to support the capabilities required in this notification. 1.Adjudication Services: The contractor shall review and adjudicate criminal history records checks results, immigration status, and/or mental competency based on program-specific disqualifying criteria. The contractor shall conduct legal research as needed for each case presenting a potentially disqualifying criminal conviction, open disposition, and/or open warrant. The contractor shall access specific databases for each case requiring additional immigration verification in order to determine the individual’s immigration status. The contractor shall document all legal research, immigration verification requests, and all other significant information. For each case having one or more program specific disqualifying criteria, the contractor shall (a) make a recommendation for the endorsement, credential, and/or privilege to be either approved or denied; (b) provide a detailed statement to explain the basis for the recommendation; and (c) prepare the appropriate disqualifying narrative before sending the case for review. The contractor shall document all information on the government-provided program specific Case Production Spreadsheet. The contractor shall demonstrate through past and present experience the ability to produce STAs at a high rate of production exceeding 130 STA cases per person per day. 2.Post Adjudication Services: The contractor shall provide separate work area within overall work space in order to afford required privacy of conversations with applicants and other persons on the subject of personal information. The contractor shall review applicant correspondence relating to an appeal request. If an applicant decides to appeal the initial determination of threat assessment (IDTA) based on an error in the records reviewed by TSA, all appeal information shall be reviewed to determine if sufficient documentation has been provided by the applicant. The contractor shall compare the information provided by the applicant against the records initially reviewed and resolve, if possible, any discrepancies; any remaining discrepancies will be noted and documented appropriately. The contractor shall verify documentation provided by the applicant by contacting the appropriate originating authority. Verification may be made telephonically, through written correspondence, or any other method that is timely and cost effective. A summary of any contact made will be documented. If sufficient documentation to resolve the issue has not been provided, the contractor shall contact the applicant and direct the applicant to provide appropriate documentation to TSA. The contractor shall review all case material and make a final recommendation to approve or deny the endorsement, credential, and/or privilege within three (3) business days of receipt of all requested documentation. The contractor shall provide a summary of the basis for the recommendation and will select the appropriate notification letter to be sent to the applicant. The contractor shall document all information on the government-provided Appeal Production Spreadsheet for the applicable program. The contractor shall demonstrate through past and present experience the ability to ensure applicants achieve legal due process in the processing of appeals through legal research, analysis and customer service activities. The contractor shall review applicant correspondence relating to a waiver request, compare the information provided by the applicant against records initially reviewed and resolve, if possible, any discrepancies; adjudicators shall note any discrepancies found. The contractor adjudicators shall determine final disposition by (a) verifying waiver documentation which the applicant provided and (b) resolving discrepancies which includes contacting the appropriate agencies, courts, or other government entities. Verification may be telephonically, via written correspondence or any other method that is cost effective. Contractor adjudicators shall document a summary of any contact made. If sufficient documentation is in evidence, the contractor adjudicators shall document the case information on the Waiver Production Spreadsheet and create the Waiver Review Board file. The contractor adjudicators shall document receipt of a waiver request, provide summary of case status and document request for additional waiver documentation, if required, within five (5) business days. The contractor shall review applicant correspondence relating to request for releasable materials. The contract shall prepare the releasable materials letter and attach the releasable materials. 3.Risk Assessment Services: The Contractor shall provide risk assessment support for the TTAC office. Risk Assessment Analysts (RAAs) shall utilize specific risk assessment procedures, protocols, and fact-finding methods to determine a subject’s potential threat to national and/or transportation security. RAAs will review subject and derogatory information associated with TSA provided Vetting Match Reports (VMR). Under the oversight of a government investigator, RAAs will prepare Investigative Reports (IR) detailing initial investigative findings; RAAs will also prepare Supplemental Investigative Reports (SIRs) as additional key case information is obtained. RAAs will prepare case files for subjects of VMRs and will input subject and investigative findings in the TSA automated tracking system. RAAs may need to contact other federal, state and/or local government agencies, and private entities while conducting the risk assessment of an applicant. RAAs shall be responsible for building and maintaining case files, inputting case updates into the TSA tracking system, conducting follow-up actions for all assigned and open cases, and conducting Quality Assurance reviews of case work. Under the direction and oversight of a government investigator, RAAs will prepare final Reports of Investigations (ROIs) that provide specifics describing the threat or lack thereof as posed by an applicant. RAAs shall be responsible for providing updates on open cases and shall participate in case reviews. If required, RAAs will be called upon to assist with inquiries in support of risk assessments. Risk assessment services may include the conduct of analyses regarding trends related to the risk assessment process. 4.Staffing Requirements: The contractor shall demonstrate through past and present experience successful identification, recruitment, hiring and onboarding of qualified personnel for the required number of staff. Among examples of qualified personnel are paralegals, social workers, parole officers, probation officers and law enforcement personnel. The contractor shall demonstrate the ability through past and present experience to collaborate with government Contracting Officer’s Technical Representatives (COTRs) and Program Managers to attain the needed staffing levels. The contractor shall demonstrate through past and present experience the ability to retain and motivate high performing staff and effectively remedying or replacing staff performing below specified requirements. The contractor shall demonstrate through past and present experience the ability to respond with qualified staff within 30 days of notification to significant changes in workload, e.g., augmenting a staff of 30 to a staff of 60 for a 6-month period within 30 days based on a caseload increase or surge resulting from a new or increased population of STA applicants. The contractor shall demonstrate through past and present experience the ability to provide appropriate training to staff, including the incorporation of government-provided training information into it training materials. The contractor shall provide on-the-job training and recurring training as required. The contractor shall provide staff that hold a current SECRET or Interim SECRET clearance, and/or are eligible to obtain a SECRET clearance for adjudication and post-adjudication functions. A TOP SECRET clearance is required of contractor staff performing risk assessment services. The contractor must satisfy requirements to work with and safeguard Sensitive Security Information (SSI) in accordance with applicable TSA directives and policies. 5.Information Technology Network Services: Secure information technology and facilities are required to support the capabilities required in this notification. The contractor shall be responsible for providing and information technology network (system) that is connected to the Internet with sufficient bandwidth and security to meet mission (case workload) requirements. The system must be in compliance with DHS/TSA IT requirements. System must be Federal Information Security Management Act (FISMA) compliant. At contract start date, contractor must provide High Speed internet connectivity with sufficient bandwidth to meet workload requirements. Contractor provided workstations, peripherals, and network(s) must meet current Department of Homeland Security (DHS) Information Technology (IT) standards and DHS/TSA Certification and Accreditation requirements. The contractor shall provide ongoing IT support services to maintain Internet connectivity, local file sharing and other network services. The contractor shall demonstrate through past and present experience the ability to provide operational support of system hardware configurations and monitoring operating system and application software operations to ensure ongoing, continuous operation is maintained. Physical and logical network management support including, but not be limited to, session awareness, traffic flow visibility and failure notification shall be provided. The vendor shall support problem identification, detection and isolation, perform reconfiguration, troubleshooting, diagnostics/remedial action, as needed to ensure end-to-end physical connectivity. To the extent possible, the contract should schedule system maintenance outside of the business day/business day core hours (Monday – Friday 0600 – 1800). The contractor shall provide the technical and project management services needed to maintain a single-point information management system, inclusive of all on-line environments and related databases, in a normal, continuously operational state 24/7. 6.Facility Requirements: The contractor shall provide separate (dedicated) work area within overall work space in order to afford required privacy of conversations with applicants and other persons on the subject of personal information. The contractor shall demonstrate the ability to provide a facility that possesses a DOD 254 facility clearance at the TOP SECRET level. The contractor shall furnish the necessary personnel, materials, services, equipment, work space, and otherwise do all things necessary to provide adjudication support to TSA. The contractor shall demonstrate through past and present experience the ability to manage secure facilities security which shall include facility and personnel security providing reasonable assurance that SSI and applicants’ Personally Identifiable Information (PII) is adequately safeguarded. The contractor shall demonstrate through past and present experience the ability to develop and execute Backup Operations Plans that include procedures and responsibilities to ensure that essential operations will continue if, for any reason, normal processing or data communications are interrupted for an unacceptable period of time. The contractor shall show the availability of critical resources and facilitate the continuity of operations at an alternate location in an emergency situation. CAPABILITY STATEMENT Interested vendors are requested to submit a capability statement that addresses the following: 1.Ability and experience of the vendor to perform all tasks as set forth in the Capabilities Coverage section described above at contractor and government locations in the National Capital Region within 25 miles of TSA HQ. 2.Skills and techniques that are integral factors for achieving the tasks detailed under the Capabilities Coverage section. Additionally, in case such an alternate site becomes required, ability to locate and maintain an alternate site of business for staff and IT/IS capabilities at •50% operational capability within two (2) business days of outage, •resuming 100% operational capability within five (5) business days. 3.Ability and experience of the vendor to provide the skilled resources, such as highly scalable/flexible/trained workforce, to manage multiple projects at the same time, to meet surge requirements and to meet aggressive, fast changing caseload schedules, as much as double or triple the staff with 30 days notice for some duration, e.g. 6 months, and back to baseline. 4.Experience of the vendor and key personnel, who would be critical to program success, as they apply directly to meeting the tasks listed under the Capability Coverage section. 5.Experience and capabilities should be based on the dynamics of the security world within the past seven (7) years in the transportation security environment with demonstrated emphasis on accomplishments within the last three (3) years. 6.Ability to locate and maintain the Adjudication Services support task staff in a facility which meets or exceeds all DHS mandated security requirements for handling SSI. Additionally, experience with IT Security such as what meets or exceeds all DHS mandated security requirements for handling SSI. ADMINISTRATIVE All interested vendors may submit the capability statement to the TSA Office of Acquisition (OA). Submissions shall not exceed fifteen (15) pages in length. A proposed price is not required or requested under this Sources Sought Notice. Vendors must identify their business size status in the capability statement. Capability statements are required to be sent electronically via email to Matt Erbe, Contract Specialist Subject: STAO Sources Sought Notice, no later than Wednesday, July 23, 2008, 4:00 p.m. EST. Responses received after this deadline will not be reviewed. The TSA primary point of contact is Contract Specialist, Matt Erbe at matthew.erbe@dhs.gov. The TSA secondary point of contact is the Contracting Officer (CO), Guy Galloway, who can be reached via e-mail at guy.galloway@dhs.gov Any questions regarding this notice shall be directed to the Primary Point of Contact. Vendors responding to this Sources Sought Notice are responsible for all expenses associated with responding to this Sources Sought Notice. (Note: TSA will not pay any costs associated with this effort). The TSA is not seeking or accepting unsolicited proposals. Since this is for information and planning purposes, no evaluation letters or results will be issued to respondents.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9abc9793f446a685ad1285874bf3af69&tab=core&_cview=1)
 
Place of Performance
Address: TBD, United States
 
Record
SN01606088-W 20080704/080702220853-9abc9793f446a685ad1285874bf3af69 (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.