Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
MODIFICATION

63 -- Advanced Imaging Technology - Second Generation (AIT-2) - Amendment 0004

Notice Date
3/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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-R-CT2011
 
Point of Contact
Polly Hall, Phone: 571-227-3161, Lance Nyman, Phone: 571-227-4261
 
E-Mail Address
polly.hall@tsa.dhs.gov, lance.nyman@dhs.gov
(polly.hall@tsa.dhs.gov, lance.nyman@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment J.3 - Price Evaluation Template HSTS04-12-R-CT2011 Amendment 0004 Amendment 0004: Please see attached Amendment 0004. The purpose of Amendment 0004 is to update Solicitation HSTS04-12-R-CT2011 RFP to reflect changes outlined on the attached SF-30, and to delete and replace in its entirety Attachment J.3 - Price Evaluation Template. The revised Attachment J.3 updates title references on the Full Size Worksheet; updates title references on the Reduced Size Worksheet; and updates Government provided estimated quantities for CLIN 0003 on the Full Size and Reduced Size Worksheets. All other terms and conditions of HSTS04-12-R-CT2011 remain unchanged. Amendment 0003: Please see attached Amendment 0003. The purpose of Amendment 0003 is to incorporate clause 52.227-3 by reference to RFP Section I.1 All other terms and conditions of HSTS04-12-R-CT2011 remain unchanged. Amendment 0002: Please see attached Amendment 0002. The purpose of Amendment 0002 is to replace Solicitation HSTS04-12-R-CT2011 RFP to reflect changes outlined on the attached SF-30, replace Attachment J.1 - CDRLs and DIDs in its entirety, replace Attachment J.2 - AIT-2 Functional Requirements Document to updated Version 2.1 dated 08 March 2012 (Please note this document is SSI and is available upon request to those potential offerors who have been approved to receive SSI under this solicitation), replace Attachment J.3 - Price Evaluation Template, provide Government responses to questions received in response to this solicitation via Question Tracker dated 16 March 2012 (Please note this document is SSI and is available upon request to those potential offerors who have been approved to receive SSI under this solicitation), and provide a copy of the Pre-Solicitation Conference Presentation given on 09 March 2012 (Please note this document is SSI and is available to those potential offerors who have been cleared to receive SSI under this solicitation). All other terms and conditions of HSTS04-12-R-CT2011 remain unchanged. Amendment 0001: Please see attached Amendment 0001. The purpose of Amendment 0001 is to replace Attachment J.6 - Self-Certification Checklist in its entirety, removing SSI and converting it to an Excel template; to update the RFP Section J to indicate that Attachment J.6 is no longer considered SSI; and to update Section L to reflect a change in the page limit from 20 pages to 10 pages for the written submission of Volume I: Technical Factor as well as to clarify that substantiation attachments are not included in the 10 page count rather than in the 20 page count. Additionally, any foreign national contractor employees cleared for access to SSI under this Solicitation and interested in attending the Pre-Solicitation Conference should provide notice of that intent as soon as possible. This is because the process for accessing the TSIF is different and takes longer for foreign nations than for US citizens. Please note that the title "draft" of the document package of the original Combined Synopsis/Solicitation posted on 21 February 2012 was a computer error and that those documents are in fact final documents for this Solicitation.To avoid further confusion, all of those documents have been reposted in the new document package of Amendment 0001 without change. Additionally, Attachment J.6 - Self-Certification is also now available in that document package. Synopsis: The Department of Homeland Security (DHS) Transportation Security Administration (TSA) intends to procure second-generation AIT systems (AIT-2). The AIT-2 system provides Transportation Security Officers (TSOs) additional threat detection capabilities to locate potential threats concealed from view on a passenger. The AIT-2 system detects metallic and non-metallic anomalies such as weapons, Improvised Explosive Device (IED) components and plastic threats. Reduced-sized systems will provide an alternative to full-size systems to help reduce the AIT-2s overall footprint for smaller checkpoint configurations. SSI: Portions of this RFP contain Sensitive Security Information (SSI). All Contractors interested in responding to the AIT-2 solicitation must go through a vetting process and be approved to have access to SSI. Contractors who have been successfully vetted under the Pre-Solicitation Notice instructions will have SSI sent to the given Senior Corporate Official e-mail address. Contractors that have not been vetted under the Pre-Solicitation Notice and are interested in responding to the AIT-2 solicitation should review the SSI Clearance Information within the attached RFP document and respond as appropriate. Please note that the clearance process can take several weeks. Contractors that submit SSI vetting information prior to the deadline within the attached RFP document should receive correspondence from TSA by March 19, 2012 5:00 PM EST. Please e-mail the Primary and Secondary Point of Contact in this Solicitation Notice if a submission was made prior to the deadline in attached RFP document and the March 19, 2012 date passes. CNSI: Portions of this RFP contain Classified National Security Information (CNSI). Contractors must have a facility clearance (FCL) at the Secret level and a DD Form 254 from the Government. The Government will use the Contractor's CAGE code to determine the Contractor's FCL status. Only after receipt of DD Form 254 with appropriate FCL status will Contractors be provided (by mail) the related CNSI information. Pre-Solicitation Conference: An AIT-2 Pre-Solicitation Conference will be held on March 9, 2012 from 8:30 am to 12 noon at the TSA Systems Integration Facility (TSIF) in Washington, D.C. In order to attend, Contractors must be vetted and approved to have access to SSI because SSI will be presented at the Pre-Solicitation Conference. Those Contractors interested in attending the AIT-2 Pre-Solicitation Conference that have not been vetted under the Pre-Solicitation Notice should review the SSI Clearance Information within the attached RFP document and respond as appropriate immediately in order to permit the initiation of the clearance process. Please note that while a best effort will be undertaken to complete the process, TSA does not guarantee completion of the clearance process, nor does TSA guarantee access to the AIT-2 Pre-Solicitation Conference for any Contractor which did not complete vetting and receive approval for access to SSI under the Pre-Solicitation Notice. Once approved for access to SSI, and no later than March 1, 2012, Contractors should provide the Primary and Secondary Point of Contact in this Solicitation Notice the names and phone numbers of no more than two (2) individuals cleared for access to SSI that plan on attending the AIT-2 Pre-Solicitation Conference. NOTE: All information above is considered the Solicitation Notice. All information below is considered the Pre-Solicitation Notice. Added: Dec 09, 2011 1:31 pm The Department of Homeland Security (DHS), Transportation Security Administration (TSA), intends to compete its requirement for a second generation of Advanced Imaging Technology-2 (AIT-2). The AIT-2 system is used as a primary screening device to inspect a passenger's body for concealed weapons (metal and non-metal), explosives and other prohibited items. AIT takes into account passenger privacy considerations and employs safeguards to provide the maximum level of privacy protection to passengers. AIT is being upgraded to include Automated Target Recognition (ATR) capability which reduces privacy concerns and decreases passenger processing time. AIT-2 may also serve as a platform for potential integration of metal detection and/or shoe scanning capability. The estimated release date for the solicitation is in the week of 17 January, 2012. The Request for Proposals (RFP) will be issued on this same FedBizOps webpage, with the exception of certain RFP attachments which are considered either Sensitive Security Information (SSI) or Classified National Security Information (CNSI). In order to be approved to view these attachments upon RFP release, a contractor must meet the requirements and complete the steps listed below prior to 20 December 2011 at 3:00 PM Eastern. Contractors are ineligible to view said attachments until they comply with the respective SSI and/or CNSI processes. SSI: 1. Provide the CAGE code of the Contractor's facility that will manage the proposal. 2. Designate a Senior Corporate Official, who is responsible for serving as the single point of contact for SSI and certifying to the Contracting Officer every 60 days that all appropriate protections have been followed, only authorized individuals have access to the sensitive information, and that those individuals with access adequately understand their responsibilities to protect the information. The designation must be stated in a letter format and signed by the Senior Corporate Official. 3. Provide the following information for all individuals who need to view SSI; provide this information via email in one password protected Microsoft Excel spreadsheet, and send the password in a separate email: - Employee Full Name: - Employee Gender: - Employee Birth Date: - Employee Citizenship: - Social Security Number: - Indication of whether any nominated employees have: o Previously received a TSA suitability determination; o Undergone a federal background investigation; or o Possess an individual security clearance 4. Provide a fully completed and witnessed non-disclosure agreement for all employees who need to view SSI. Use the attached form entitled "Non-Disclosure Agreement." 5. Contractors are limited to 35 individuals (inclusive of any subcontractors) who can have access to SSI. 6. Only one list of individuals may be submitted. No revisions will be permitted. 7. The attached document entitled "Synopsis-AIT-2-Further SSI Information" contains further information concerning SSI. CNSI: 1. Contractors must have a facility clearance (FCL) at the Secret level and a DD Form 254 from the Government. 2. When applicable, contractors must provide any information requested by the Government to prepare its DD Form 254 and must follow any instructions contained therein after issuance. 3. The Government will use the contractor's CAGE code (provided per the above SSI instructions) to determine the contractor's FCL status. 4. The attached document entitled "Synopsis-AIT-2-Further CNSI Information" contains further information concerning CNSI. All information must be emailed to Melyssa.Bertucci@dhs.gov, Polly.Hall@dhs.gov, and Lance.Nyman@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS04-12-R-CT2011/listing.html)
 
Record
SN02710836-W 20120401/120330235744-a5a6476d7c198312a25a89102887782d (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.