Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
MODIFICATION

D -- Travel System Help Desk Support Services - Solicitation 1

Notice Date
2/22/2010
 
Notice Type
Modification/Amendment
 
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, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS01-10-R-FIN001
 
Response Due
3/18/2010 1:00:00 PM
 
Point of Contact
Anthony L Dennis,
 
E-Mail Address
anthony.dennis@tsa.dhs.gov
(anthony.dennis@tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
2 Bi-weekly Progress Report 6 TSA Management Directive 1000.5 Government Travel Cards 9 Pre-Solicitation Questions and Answers 8 Department of Labor Wage Determination # 2005-2103 Rev # 8 dated 5/26/2009 for the metropolitan DC area 3 Request for Supporting Documentation 1 Monthly Post Payment Audit Selection Report 7 TSA Financial Management Manual 2.2.5 Use of the Centrally Billed Account for Government Travel 4 TSA Management Directive 1000.6 Temporary Duty Travel Policy 5 TSA Management Directive 3700.4 – Handling Sensitive Personally Identifiable Information (12/09/2008) RFP HSTS01-10-R-FIN001 This is a Request for Proposal (HSTS01-10-R-FIN001) in support of the Chief Financial Officer's Office of Financial Management. TSA's Office of Financial Management, Financial Policy, Procedures, and Travel Management Branch is responsible for all aspects of travel management, including authorizing of employee travel and reimbursement for travel expenses incurred on official business. Overall, the purpose of this procurement is to obtain functional (user help desk) support, technical support, training and post payment audit support for both the current system (TEServ) and future system (FedTraveler) and support the Travel Card Program. More specifically, the contractor will be required to provide the following activities: 1.) Support users of the current travel and expense management system (TEServ); 2.) Support TSA through the deployment and full migration to the FedTraveler (parallel systems) while working with Customer Account Support Representatives 3.) Support users of the FedTraveler system after migration (post deployment) using the legacy system for financial auditing purposes while working with Customer Account Support Representatives. 4.) Support the management and oversight of TSA's Travel Card Program to ensure compliance with travel card polices, processing accounts, maintenance of accounts and generating and analyzing reports. This procurement will be a Total Small Business Set-Aside under NAICS Code 541512 - Computer Systems Design Services, with a size standard of $25 Million. As a result of the solicitation, the Government intends to award a single firm fixed priced contract for commercial services to the Contractor whose proposal conforms to the solicitation, will meet the Government's requirements and represents the overall best value solution to the Transportation Security Administration (TSA). The Best Value Approach is a method of selecting the proposal that represents the greatest value to the Government, based on evaluation of each offer in the areas of Technical and Management Approach, Experience and Staffing Approach, Past Performance and Price. The term of the contract will be a one-year base contract with four one-year options for a total term, if all options are exercised, of five years. Potential Offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available on the Federal Business Opportunities website, www.fbo.gov. All responsible sources clearly meeting the above NAICS and size standard may submit a proposal in accordance with the solicitation, which shall be considered by the Agency. All responsible sources must be registered in the Online Representations and Certification Application (ORCA) and Central Contractor Registry (CCR) to include corporate banking information. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the proposal. Any questions shall be submitted in writing via e-mail only, to Mr. Anthony Dennis, Contract Specialist, at the following email address: Anthony.Dennis@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-10-R-FIN001/listing.html)
 
Place of Performance
Address: 701 S 12th St., Arlington, Virginia, 20598, United States
Zip Code: 20598
 
Record
SN02071324-W 20100224/100223000001-68c5e17781f4cada367d91217ca4bfe7 (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.