Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOURCES SOUGHT

U -- Education and Training Courses - National Expansion Plan

Notice Date
1/6/2011
 
Notice Type
Sources Sought
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
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
HSTS01-11-X-HRM999
 
Archive Date
1/19/2011
 
Point of Contact
Lamar Walker, Phone: 571-227-4836
 
E-Mail Address
Lamar.Walker@dhs.gov
(Lamar.Walker@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
National Expansion Plan for all TSA Hubs Sources Sought Notice For DHS TSA Office of Human Capital TSA Higher Education Coordination INTRODUCTION This is a Sources Sought Notice for the Department of Homeland Security (DHS), Transportation Security Administration (TSA), Office of Human Capital (OHC), Deputy Chief Learning Office (DCLO). The Educational Programs and Partnerships Office provides education and training for TSA employees to ensure employees are prepared to apply the core knowledge and skills to meet both individual and organizational goals. This is not a solicitation. This is for market research purposes only. BACKGROUND The Transportation Security Administration (TSA), Office of Human Capital (OHC), Deputy Chief Learning Office (DCLO), is responsible for promoting the continuous learning and development of TSA employees to ensure they possess the knowledge and skills needed to advance TSA's critical mission requirements. In September 2008, TSA initiated a pilot for Transportation Security Officers (TSOs) to apply for introductory courses towards an Associate's Degree in Homeland Security. Three airports and three community colleges were partnered. Classes were held for Baltimore-Washington International airport (BWI), Reagan National National Airport (DCA) and expanded to San Antonio International airport (SAT) in January, 2009. The completion rate during the first semester at BWI and DCA was 96%. The continuation rate (those continuing into the second semester) was 78%. The total student population consists of approximately 60,995 TSOs. Of this number, less than 10% have an associate's degree or higher and only 21.4% have any higher education credit. The purpose of this program is to achieve professional excellence through educational opportunities for the TSO workforce. The Associates Program consists of: 1) providing three cohort classes to participating TSOs (preferably at airport facilities); 2) credit for life experience; and, 3) fulfilling general education and degree program requirements. For those students not wanting to complete a degree, a TSA Certificate of Achievement will be available. TSA has already determined three of the courses to be included in the Associates' Degree Plan. These courses are: o Introduction to Homeland Security o Intelligence Analysis and Security Technology o Transportation and Border Security There will be 140 courses offered in the series in FY11 which includes 2,800 seats. There are currently 29 airports partnered with 25 community colleges in 22 states nationwide. In Spring 2011, 28 new airports and 24 additional colleges will begin the program. since the national rollout in July 2010, response to the program has been overwhelming, with the percentage of TSOs participating in the program doubling over that of the pilot phase. OBJECTIVES To acquire coordination services relating to the Associates Program in Homeland Security Program to aid in the degree plan development, curriculum development and coordination of partnership agreements with up to 65 institutions of higher education to provide college-level classes for the TSOs. Business Type: Identify your business type - large, medium, small, small disadvantaged, 8(a)-certified small disadvantaged, HUB Zone small, woman-owned small, very small, veteran-owned small, service-disabled veteran-owned small - based upon North American Industry Classification System (NAICS). The term Small Business Concern means a concern, including its affiliates, that is independently owned and operated, no 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. Respondents are cautioned 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 bidder list in the event that TSA OHC develops such a list. Vendors wishing to submit a proposal to any subsequent solicitation must monitor FedBizOps for the synopsis. This Source 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. CAPABILITY REQUIREMENTS The scope of the Associates Program coordination services encompass several functional areas such as: 1. Planning Phase a. Program Management • The contractor shall provide a single point of contact for delivery of classes to the airports in the current Pilot Program, the mature program, and TSA Headquarters • The contractor shall provide plans for Program and Course Management which include details on student enrollment and course presentations. • The contractor shall provide an Operational Plan which includes daily management of the program. • The contractor shall provide Degree/Accreditation Planning and Tracking accepted by participating institutions of higher education and the appropriate state college and university governing board. • The contractor shall provide plans for TSO Performance Metrics including completion rates, retentions rates, and success rates. • The contractor shall provide a plan for the transmittal of Personally Identifiable Information (PII) including grade records, student IDs, etc. (FERPA release for each student). • Contractor shall participate as a member of an Integrated Project Team (IPT). Contractor shall participate via conference call weekly. IPT meetings will be scheduled at mutually agreed upon times. • The contractor shall provide a marketing plan to assist with program recruitment. b. Institution of Higher Learning Network • The contractor shall have an existing network of institutions of higher learning. The contractor shall provide a list of relations with institutions of higher learning which will include: o Accreditation information. o Distance of closest campus to the participating airport providing courses for non-cohort classes. o Ability to provide qualified faculty. 2. Operational Phase a. Program Management • The contractor shall provide program management for up to 50 course sections to be provided at sites as determined by TSA during the base period. • The contractor shall establish contracts and payment arrangements to educational institutions to provide sections to support the Educational Partnership Program. • The contractor shall continue to liaise with the institution of higher education to monitor student status and student concerns. • The contractor shall provide class rosters and final grade reports of the cohorts in the program. b. Course Presentation • The contractor shall contract with the institution providing course sections and ensure: o Staffing of appropriate instructor/professor to teach sections being offered at each site. o Procedure to provide TSA EPP Program Office CurriculumVitae/ Resume of instructors/professors in a timely manner (four to six weeks prior to start of new course section). o Deliver appropriate number of sections of three core courses at participating sites. These courses are:  Introduction to Homeland Security  Intelligence Analysis and Security Technology  Transportation and Border Security c. Course Logistics • The contractor shall establish Agreements from partnering institutions to make available consistent textbooks for the core courses with TSA approval. • Coordination of space for the course section at the TSA site or educational institution site. • Contractor shall provide rental space, if appropriate, approved by Program Manager. 3. Optional Task- Support the expansion of the Associates Program- • Plan for expansion of program using synchronous and asynchronous on-line learning methodologies (distance learning). • Evaluate TSA's existing training and training opportunities and determine applicable experiential college credit for TSA employees. • Project Management Plan to expand program nationally. CAPABILITY STATEMENT Interested vendors are requested to submit a Capability Statement that addresses the following: 1. Identify business type. 2. Ability and experience of the vendor to perform all tasks as set forth in the Capabilities Requirements section described above at TSA HQ and other locations worldwide. 3. Skills and techniques that are integral factors for achieving the tasks detailed under the Capabilities Requirements section. 4. Experience of the vendor and its key personnel, who would be critical to program success, as they apply directly to meeting the tasks listed under the Capability Requirements section. 5. Ability to maintain the needed support services and staff which meets or exceeds all DHS mandated security requirements for handling PII. Additionally, experience with Information Systems and Information Technology security that meet or exceeds all DHS mandated security requirements for handling PII. ADMINISTRATIVE All interested vendors may submit their capability statement to the TSA Office of Acquisition (OA). Submissions shall not exceed fifty (50) 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 received electronically via email to Lamar Walker, Subject: OHC Sources Sought Notice, no later than January 18, 2011, 1:00 p.m. EST. Responses received after this deadline will not be reviewed. The TSA primary point of contact is the Contract Specialist, Lamar Walker who can be reached via e-mail at lamar.walker@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 both Mr. Walker and Mr. Galloway in writing, via email before the response due date. While any and all questions must be directed to the Government points-of-contact (POC) 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 this notice. 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 Transportation Security Administration (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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-11-X-HRM999/listing.html)
 
Record
SN02355682-W 20110108/110106234330-7158f104a9afc6f93d2d91067b963744 (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.