Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
MODIFICATION

R -- Program Management Support Services

Notice Date
2/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting 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
HSTS04-12-SSN-CT8511
 
Archive Date
4/7/2012
 
Point of Contact
Sophia Woodward, , Sahar Odderstol,
 
E-Mail Address
sophia.woodward@tsa.dhs.gov, Sahar.Odderstol@dhs.gov
(sophia.woodward@tsa.dhs.gov, Sahar.Odderstol@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of Amendment A00001 to HSTS04-12-SSN-CT8511 is revise Section V "SUBMISSION OF INFORMATION" of the RFI to include that firms also identify whether or not their business size is Other Than Small (i.e. Large) under NAICS code 541611. ******************************************************************************************************************** I. INTRODUCTION/PURPOSE The Transportation Security Administration (TSA) is issuing this Sources Sought Notice - Request for Information to increase industry's understanding of TSA's requirement for Program Management Support Services (PMSS) in support of the Office of Security Capabilities (OSC), to improve its understanding of market capabilities and identify qualified vendors that are capable of providing PMSS to OSC, and to accept ideas on how to efficiently and effectively re-compete this requirement. To help industry better understand the intent of this RFI and the information contained herein, the TSA intends to host an Industry Day at TSA Headquarters in Arlington, VA on March 9, 2012 from 1:30PM - 3:30 PM EST. All interested and qualified businesses are encouraged to respond to this notice in accordance with the instructions addressed herein. II. BACKGROUND AND OBJECTIVES The Office of Security Capabilities (OSC), formerly named Office of Security Technology (OST), reports to the Deputy Administrator of the TSA. OSC Directly supports TSA's mission by providing security capabilities to the field. OSC continues to enhance the effectiveness and efficiency of our nation's transportation systems through the qualification and deployment of security capabilities that drive the global standard for security. Currently, the TSA has the following enterprise contracts in place for OSC: 1) Program Management Support (GS-10F-06-LP-A0005/ HSTS04-08-F-CT8600); Professional Engineering and Logistics Support Services (PELSS) (HSTS04-10-D-CT7006 and HSTS04-10-D-CT7007); and Test and Evaluation Support Services (TESS). In addition to these enterprise contracts, the TSA has several miscellaneous Program Management Support Contracts. A. Program Management Support The Program Management Support Contractor is Deloitte Consulting, LLP and the total value, base + option periods, is approximately $115M. The total Period of Performance (POP) is September 2008 through May 2013. This contract is FFP with one (1) T&M Contract Line Item (CLIN) to support ODCs and travel. The scope of this contract in support of OSC includes all tasks associated with managing acquisitions, budget activities, developing and evaluating performance goals and measures associated with the programs. B. Professional Engineering and Logistics Support Services (PELSS) Professional Engineering and Logistics Support Services is a multiple award IDIQ to two (2) awardees: Global Systems Technologies, Inc. and Quasars, Inc. The total combined value, base + option periods, is $100M. The total POP is April 2010 through April 2015. Specific CLINS are established at the Task Order level on a firm-fixed price or time-and-materials basis. The awarded PELSS Task Orders provide OSC support with technical assessments/analysis and reports; preparing technical documents; developing technical specifications; performing data collection and analysis, monitoring security equipment performance, configuration management, system design reviews and optimization, cost estimating validation and systems engineering. C. Test and Evaluation Support Services (TESS) TESS is a multiple award IDIQ to two (2) awardees: Battelle Memorial Institute and TASC, Inc. The total combined value, base + option periods, is $350M. The total POP is September 2010 through September 2015. Specific CLINS are established at the Task Order level on a firm-fixed price or cost plus award fee basis. This contract encompasses TSA's needs for test and evaluation (T&E) in support of TSA's responsibilities in all modes of transportation, and in support of stakeholders and organizations associated with transportation security. The Contractor is responsible for an integrated evaluation strategy, including all data collection and analysis services. D. Miscellaneous Program Management Support Contracts In addition to the above described enterprise contracts, OSC has several miscellaneous Program Management Support Contracts. These contracts totaled have an approximate value of $28M and are mostly FFP with a few being T&M. Some were awarded in as early as 2008 and end as late as 2016. D. Attachments Attached in support of this RFI are the following four (4) documents: 1) PM Support SOW; 2) PELSS SOW; 3) TESS SOW; and 4) Summary of Miscellaneous Program Management Support Contracts. III. CONTRACTOR'S CAPABILITIES STATEMENT In order for the TSA to improve its understanding of market capabilities and identify qualified vendors that are capable of providing PMSS to OSC, through a narrative description, the Contractor's response must identify their firm's capabilities to meet the requirements identified in the four (4) attachments and what experience you have providing similar and/or same services to other Federal Agencies. When identifying current or past experience, please identify the following: 1. Name of Agency 2. Point of Contact (name, title, phone, and email) 3. Contract/Task Order Number 4. Contract Type 5. Period of Performance 6. Total Contract Dollar Value 7. Scope of the Contract/Task Order 8. Brief Description of the Work completed within the Scope of the Contract/Task Order The capabilities statement shall not to exceed five (5) pages in length. IV. CONTRACTOR'S WHITE PAPER The TSA is interested in hearing industry's ideas on how to efficiently and effectively structure program management support services, with focus on the immediate recompete. The Contractor's response is not limited to what type of information can be provided. The Contractor may provide recommendations on such items as acquisition strategy, contract type, whether or not some requirements should be competed separately based on industry's capabilities, recommended revisions to the DRAFT SOWs, etc. The White Paper shall not exceed ten (10) pages in length. V. SUBMISSION OF INFORMATION The information requested in support of the Capabilities Statement and White Paper must be submitted in writing. The submitted Capabilities Statement shall not exceed five (5) pages, and the White Paper shall not exceed ten (10) pages, in addition to a one (1) page cover letter, for a total submission not to exceed 16 pages. The cover letter must clearly identify the following information: 1. Company's Name 2. Company's Address 3. DUNS Number 4. Point of Contact(s) (Name, title, email, and phone number) 5. Identify your business size - Other than small, small, small disadvantaged, 8(a)-certified small disadvantaged, HUBZone small, woman-owned small, very small, veteran-owned small, service-disabled veteran-owned small - based upon NAICS Code 541611 "Administrative management and general management consulting service" with a size standard of $7 million 6. Applicable GSA Schedule Contract No. 7. Other contract vehicles the TSA may consider for this requirement that you are an awardee for (e.g. GWACs, DHS Strategic Sourcing Contract). 8. Potential Teaming Partners or Subcontractors Your submission should be organized in accordance with the instructions in this document in order to permit a thorough and accurate review and evaluation by the TSA. Responses to this Sources Sought Notice - Request for Information must be submitted to the TSA via electronic mail to Sophia.Woodward@tsa.dhs.gov not later than 10:00 AM EST, March 23, 2012. Responses not received by the closing date and time may not be considered or evaluated by the TSA. VI. INDUSTRY DAY To help industry better understand the intent of this RFI and the information contained herein, the TSA will host an Industry Day at TSA Headquarters (601 S. 12th Street, Arlington, VA) on March 9, 2012 at 1:30PM EST. Attendance at Industry Day is NOT mandatory for responding to this RFI or future/anticipated solicitations in support of the PMSS re-compete. A. If you plan to attend, you must submit a written request to attend Industry Day to the Contract Specialist, Ms. Sophia Woodward, by e-mail at Sophia.Woodward@tsa.dhs.gov no later than 5:00PM EST, February 27, 2012. Your written request must identify the following: 1. Company Name 2. Individual Names and Titles (Limited to two [2] persons) 3. Contact Information of attendees (e-mail address and phone) Due to space limitations, request and approval for attendance will be on a first come first serve basis (up to 120 individuals) and only two (2) representatives from each interested party is allowed to attend. B. Vendors are welcome to ask questions at Industry Day, or if preferred, submit a list of questions to Sophia.Woodward@tsa.dhs.gov no later than 5:00PM EST, February 27, 2012. Questions submitted in advance will be answered at Industry Day. C. Any information made available at Industry Day (e.g. Brief, Questions/Answers, etc.) will be posted as an amendment to this notice after Industry Day concludes. In addition, the list of attendees (Company Name, Individual Names, and e-mail) will also be made available and posted as an amendment to this notice. D. Interested parties are advised of the following logistics/security procedures at TSA: 1. Arrive 20-30 minutes prior to the start of the event. 2. Check-In is required at the TSA Visitors Center at 601 S. 12th St. A valid U.S. issued Identification (e.g. Drivers License, Passport) is required. TSA Security logs in all visitors and issues temporary badges. Visitors will then be escorted to the meeting room by a TSA employee. Visitors must be escorted at all times by a TSA employee while onsite. Failure to abide by TSA's visitor procedures may result in expulsion from TSA facilities. 3. Street parking is extremely limited and garage parking is available for a fee through Fashion Center at Pentagon City. The TSA is also directly across the street from the Pentagon City Metro, which is the encouraged means of transportation. VII. POINT OF CONTACT All comments, inquiries and responses should be directed to the following individuals: Sophia Woodward Contract Specialist Sophia.Woodward@tsa.dhs.gov Sahar Odderstol Contracting Officer Sahar.Odderstol@tsa.dhs.gov VIII. OTHER There is no solicitation document presently available. The Government will not return or pay for any information provided in response to this announcement; no basis for a claim against the Government shall arise as a result from a response to this notice or Government use of any information provided. SUMMARY OF DUE DATES Submit Written Request to attend Industry Day February 27, 2012 at 5:00PM EST Submit Questions with regards to RFI to be answered at Industry Day February 27, 2012 at 5:00PM EST Submit Capabilities Statement and White Paper March 23, 2012 at 10:30AM EST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS04-12-SSN-CT8511/listing.html)
 
Record
SN02679466-W 20120223/120221234714-fe701ac9b1aa3d832c09fe1f11b945c5 (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.