Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
DOCUMENT

N -- Overhead Lift Systems - DRAFT SOW

Notice Date
12/3/2008
 
Notice Type
DRAFT SOW
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
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
HSTS04-09-RFI-CT5208
 
Response Due
12/10/2008
 
Archive Date
12/25/2008
 
Point of Contact
Sheila McCreery,, Phone: 571-227-1637
 
E-Mail Address
sheila.mccreery@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is a Request for Information (RFI) to assist the Transportation Security Administration (TSA) Office of Security Technology (OST) Office of Acquisition in Market Research of Industry to (1) gain knowledge of potential qualified sources (2) assess feasibility of the design, production, and installation of an Overhead Lift System and (3) determine the competitive acquisition strategy which will result in the best value to the government. All responsible sources are encouraged to identify their interest and capability to meet the requirements. The Overhead Lift System shall be standard commercial design and technology incorporating the additional features and customization required by the specifications in the DRAFT SOW. The Contractor shall design, provide, and install overhead lift systems at baggage screening locations designated by the Government. For each baggage screening location at which services are requested, the Contractor shall be responsible for the following items: •Site Survey. The Contractor shall conduct a site survey of each screening location prior to submitting any design drawings for that location; •Design. The Contractor shall prepare all required design drawings for the installation at each screening location, shall have them reviewed and approved by the local TSA POC at each location and by the COTR, and shall obtain all required permits, prior to starting work at that location; •Equipment. The Contractor shall provide all equipment required in order to meet the functional requirements of the TSA approved design at each screening location; •Installation. The Contractor shall provide all construction materials, labor, supervision, coordination, and other items necessary for installation of the equipment at each screening location; •Testing/Training. The Contractor shall provide support for testing of the overhead lift system at each location upon completion of installation, including any modifications necessary to ensure correct operation, and shall provide training to all TSA personnel who will be operating the installed equipment. In addition, the Contractor shall provide the following services on a monthly basis throughout the period of performance of the contract: •Project Management. The Contractor shall provide all necessary planning, supervision, schedules, reports, and other project management items as required to ensure proper and timely completion of the work. After review of the responses to this Sources Sought Notice, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be publicized in FedBizOpps. All interested offerors will be required to respond to the solicitation announcement in addition to responding to this Sources Sought Notice. This is not a solicitation announcement. This request for information does not commit the Government to pay any cost incurred in preparation of any submission to this Sources Sought Notice. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Respondents may provide information on any currently available product that meets the requirement. Interested parties are requested to submit their comments and technical capabilities statement to the proposed requirement described in the attached DRAFT SOW. The introduction page to the technical capabilities statement shall be no longer than one 8.5x11 page in length and include Company Name & Address, Point of Contact Phone Number & Email Address, Company Cage Code, Company DUNS Number, Company Web Page Address and applicable business size of the company under NAICS Code 333923, along with a brief Executive Summary describing the company. The business size shall include any applicable preference program (i.e. 8a, HUBZone, Service Disabled Veteran Owned). The technical capabilities statement shall be no longer than seven 8.5x11 pages. Responders may include marketing materials (i.e. brochures, pamphlets, catalogs, information sheets) identifying the product discussed in their technical capabilities that most meets the government’s need. However, any and all marketing material must be no longer than five pages in any standard length. All page limits are separate and a part; the total page count 13 pages. Responses are requested by December 10, 2008 and shall be submitted via email to Sheila McCreery at sheila.mccreery@dhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cb4fdb9299d4bdf657a31f4dbe926293&tab=core&_cview=1)
 
Document(s)
DRAFT SOW
 
File Name: DRAFT SOW (DRAFT SOW.tif)
Link: https://www.fbo.gov//utils/view?id=a7fedf975a89105dbe4cc8da84e4ae53
Bytes: 1,755.39 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: TBD - Mulitiple Airports, United States
 
Record
SN01712986-W 20081205/081203220622-cb4fdb9299d4bdf657a31f4dbe926293 (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.