Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
MODIFICATION

63 -- Transportation Security Checkpoint Efficiency

Notice Date
2/9/2011
 
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
HSTS04-11-RFI-CT4514
 
Archive Date
3/31/2011
 
Point of Contact
Susan Messina, Phone: 571-227-4055
 
E-Mail Address
susan.messina@dhs.gov
(susan.messina@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Subject: Request for Information (RFI) to support the Department of Homeland Security (DHS) Transportation Security Administration (TSA) Office of Security Technology, Checkpoint Efficiency. 1. DESCRIPTION The Transportation Security Administration (TSA) is currently conducting market research to determine if products currently exist to create efficiencies within the checkpoint environment. This RFI does not constitute a future contract and vendors shall not be compensated for providing information. TSA is currently performing a market survey to determine if vendors exist that can meet the following concepts. The two concepts that are being investigated are the following: Automation of Passenger Flow Data identification and correlation Specifically, TSA seeks to obtain (1) information about solutions based on vendor experience in environments similar to TSA, (2) information about products and services offered by industry that provides a turn key solution that meets the above concept(s), and (3) suggestions on alternative approaches to minimize total life cycle cost. Background: TSA is responsible for "protecting the Nation's transportation systems to ensure freedom of movement for people and commerce." The proposed concept are initiatives being investigated by TSA that incorporates hardware and software in order to move toward a process improvement solution. There are over 12,000 pieces of airport security equipment installed nationwide including Advanced Imaging Technologies (AIT), AT X-ray, Explosive Trace Detectors and Electronic Metal Detectors (EMD). Passengers currently arrive at a checkpoint and traverse the checkpoint process. This includes divesting items from their person and carry-on items. Their carry-on items and divested items pass through the AT X-ray while the passenger passes through either the AIT or EMD. The concept that is being investigated includes the following properties: • Provide automated flow of passengers through the process identified above • Identify and correlate data for systems and processes; • Be mindful of space constraints within the common checkpoint environment • Identify hardware/software for identification of data 2. ADDITIONAL INFORMATION Vendors should refer to the DHS website at www.dhs.gov and the TSA website at www.tsa.gov for information about the TSA mission, organization, locations, customer services, and current initiatives. 3. RESPONSES TO THE RFI TSA is seeking information from vendors with expertise and experience in: • Entry and exit management through hardware; • Automation of passenger flow; • Data identification processes and concepts; • Data correlation techniques and practices. The following sections provide a recommended outline for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the Government. Section 1 - Corporate Expertise Briefly describe the company, products and services, history, ownership, financial information, and other information deemed relevant (1-2 pages) Section 2 - Conceptual Alternatives The Government is interested in conceptual alternatives for the concepts describe above. TSA encourages creativity, and cost saving responses to this RFI. Briefly describe one or more high-level alternative concepts, assumptions based on information provided. Responses may address one or both of the concepts listed above. Responses to this RFI should discuss the hardware and software required for each solution. Identify proposed products and services compatible with total solution (e.g., products, software, etc.) Address security-related issues, current government security certifications. Discuss the feasibility and tradeoffs of each alternative, cost tradeoffs as well as maintenance and/or recurring costs. Estimate the time required to design/develop/implement conceptual alternatives. (15 pages) Section 3 - Experience Describe three key projects the company has participated in that are similar in size, scope, and complexity to the TSA environment, preferably within the Federal Government arena. Briefly describe the customer environment, application solution designed/implemented, project management methodology, security requirements, best practices implemented, and relevant lessons learned. In addition, vendors should indicate their General Services Administration (GSA) Federal Supply Schedule (FSS) contract number, if applicable. Indicate the size (e.g., number of client sites, transaction volumes, bandwidth availability, distance), scope, and complexity of the efforts cited. Include a description of the dollar value of each contract/project and the total cost to implement a given solution. (3 pages) 4. REVIEW OF VENDOR RESPONSES The Government will review vendor submissions to ascertain: • Relevance of technical approaches to the TSA environment and goals based on assumptions made by the vendor with regards to information provided by the Government in the RFI and information provided on the DHS and TSA websites • Relevance of projects identified for past performance information to the TSA in terms of size, scope, and complexity • Life cycle cost of the proposed concept, associated benefits, modularity and interoperability. 5. INFORMATION EXCHANGE MEETINGS Prior to review of vendor responses to the RFI, TSA may at their discretion hold a technical information exchange meeting with respondents. The meeting will focus on industry experiences related to solution development/design, including processes and methodologies, technical solutions, best practices and lessons learned, associated cost, risks and programmatic benefits information about this meeting will be made available at a later date. 6. DISCLAIMER This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.202(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 7. VENDOR SUBMISSION OF RESPONSES AND CONTACT IFORMATION Please submit responses via e-mail in Microsoft Word format by 5:00 p.m. EST on Monday, February 28, 2011, to: susan.messina@tsa.dhs.gov. Please contact Sue Messina, Contracting Officer, via e-mail with questions related to this RFI. ---- (No telephone calls please) APPENDIX A To be technically and economically viable, the concept solution may have the following capabilities: • Automatically activated doors • Photo or other sensors used to determine direction of travel • Pressure mats or other sensors used to determine qeueing of passengers • RFID or other means for tagging information assets. • Automated data correlation tools such as UUID or other unique means for identifying data sets • Utilize industry standards for data format and storage
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS04-11-RFI-CT4514/listing.html)
 
Record
SN02376721-W 20110211/110209234640-e1a18644450f883f2182bd1a992837e6 (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.