Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
DOCUMENT

R -- Test Evaluation Support Services - Sources Sought Documents

Notice Date
2/24/2009
 
Notice Type
Sources Sought Documents
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
FY09-CT4005
 
Point of Contact
Kurt D Allen,, Phone: 571-227-4128, Robyn D. Towles,, Phone: 571-227-3839
 
E-Mail Address
kurt.allen@dhs.gov, robyn.towles@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
Responses to this notice are not considered offers and can not be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Respondents should not submit any proprietary information when responding to this notice. Respondents should also note that the government will not return any information submitted in response to this notice. The Government is not responsible for any costs incurred by respondent’s regarding any responses to this RFI. Potential offerors must submit capability statements that clearly define the firm’s ability to perform the work stated in this notice in conjunction with the DRAFT Statement of Work and Sample Task. The requirement for TESS is in response to the need for independent test and evaluation (IOT&E) of security technology equipment for the Office of Security Technology (OST) TSA. The resultant contract will be the primary vehicle which OST will use to support performance of three key overall activities that must be accomplished to ensure successful IOT&E. First is the ability to rapidly integrate, test, evaluate, model and simulate as required, and conduct recurring analyses and surveillance throughout the life-cycle of a variety of technologies, processes, and procedures in operational environments in a variety of locations and transportation venues (aviation and surface). Second is the requirement to obtain and synthesize data, information, and reports from multiple sources and all phases of the acquisition cycle into one overall assessment of effectiveness and suitability of the system; and to assess and fully represent the level of risk associated with acquisition and use throughout the life-cycle. Third is the requirement to independently assess the readiness of technologies and systems that may pertain to TSA’s mission. The contractor may have to perform work at up to 30 sites simultaneously at CONUS and OCONUS locations. Contractor products will be used by OST and other entities within TSA, and a wide range of stakeholders from the aviation and transportation community. Areas of responsibility will accommodate the test and evaluation functions through all phases of the technology life-cycle, for technologies applicable to aviation, air cargo, and surface transportation. To support the requirements of the contract, the contractor must be able to quickly respond to diverse evaluation needs of the aviation and surface community through a multi-disciplinary approach and have a variety of technical expertise that must be either immediately or quickly available – depending on urgency of assignments. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential large and small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. It is also a tool to get feedback on the requirement, detailed in the DRAFT Statement of Work and Sample Tasks. Feedback is encouraged and appreciated. The NAICS contemplated for this requirement is 541380 with a size standard of $12M. The incumbent contractor is Northrop Grumman Space & Mission Systems Corp, Reston, VA. The current Contract No. is HSTS04-08-F-CT8107 under GSA contract vehicle GS-23F-0058K. It is the Governments intention to solicit the requirement under full and open competitive procedures; however the current capabilities of industry, to include large and small business, needs to be confirmed. As such, all eligible large and small businesses are encouraged to respond, as requested by the TSA Small Business Office. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ANTICIPATED PERIOD OF PERFORMANCE Base Period 21 July 2009 – 20 July 2010 (12 mo) Option Period I21 July 2010 – 20 July 2011 (12 mo) Option Period II 21 July 2011 – 20 July 2012 (12 mo) Option Period III 21 July 2012 – 20 July 2013 (12 mo) Option Period IV21 July 2013 – 20 July 2014 (12 mo) REQUIREMENTS: Refer to the Attached DRAFT Statement of Work (SOW) and Sample Tasking. The Contract Type is anticipated to be a Cost-Plus-Fixed Fee, with an estimated total level of effort of approximately 559,700 man-hours, consisting of 111,940 man-hours per year over a period of five years. Services will be performed off-site, with the contractor may having to perform work at up to 30 sites simultaneously at CONUS and OCONUS locations. The following are examples of anticipated labor categories under this requirement: On-Site Manager, Analyst, Test Manager, Test Lead, Tester, Resource Manager, Modeling Lead, Modeler, Tech Editor, QA, Training SME, HFE SME, Surface Analyst, Toxic Inhalation Hazard (TIH) Expert. SUBMITTAL INFORMATION: It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached PBSOW and sample tasking. A generic capability statement is not acceptable. Please review carefully the requirements listed below. This documentation must address, at a minimum, the following: (1) title of the SOW you are applying to; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; (3) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; (5) management approach to staffing this effort with qualified personnel; (6) statement regarding capability to obtain the required industrial security clearances for personnel. (7) statement regarding capability to meet surge demand, as highlighted and discussed in this document (8) company’s ability to perform 51% of the work; and (9) company’s ability to begin performance upon contract award. The capability statement package shall be sent by mail to Kurt Allen, Contract Specialist, Transportation Security Administration, TSA-25 Office of Acquisition, 701 S 12 St, Arlington, VA 20598-6025 or by facsimile to (571) 227-2911 or by email to kurt.allen@dhs.gov. Submissions must be received at the office cited no later than 4:00 p.m. Eastern Standard Time on 3 March 2009. Questions or comments regarding this notice may be addressed to Kurt Allen at (571) 227-4128 or via email at kurt.allen@dhs.gov. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=668aa51daf6a42d523381eb2eb938da1&tab=core&_cview=1)
 
Document(s)
Sources Sought Documents
 
File Name: FY09 DRAFT TESS SOW (FY09 DRAFT TESS SOW.doc)
Link: https://www.fbo.gov//utils/view?id=ffb882250c6f50f35909672ef5702b23
Bytes: 194.50 Kb
 
File Name: FY09 DRAFT TESS Task Order 0001 Sample Task (FY09 DRAFT TESS Task Order 0001 Sample Task.doc)
Link: https://www.fbo.gov//utils/view?id=a856963955fa9c1300a079dcb8af5e53
Bytes: 43.00 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: Various locations. See DRAFT SOW and Task Order 0001 Sample Task., United States
 
Record
SN01755663-W 20090226/090224220429-668aa51daf6a42d523381eb2eb938da1 (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.