Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOURCES SOUGHT

R -- Services to Review and Analyze Standard Operating Procedures

Notice Date
4/12/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
HSTS05-12-I-MED999
 
Archive Date
5/25/2012
 
Point of Contact
Joseph Hatzipanagiotis, Phone: 571-227-3160, Donna J Porter, Phone: 571-227-5163
 
E-Mail Address
joseph.hatzipanagiot@tsa.dhs.gov, donna.porter1@dhs.gov
(joseph.hatzipanagiot@tsa.dhs.gov, donna.porter1@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Introduction and purpose of the RFI The Department of Homeland Security (DHS), Transportation Security Administration (TSA) is conducting a detailed assessment to validate Standard Operating Procedures (SOP) information. With this RFI, we request information regarding your company's language assessment and analysis capabilities and services. We are seeking providers that can: (1) Assess the reading level grade in which SOPs language is written (2) To potentially convert existing SOP language into a pre-determined reading grade level Background and Scope of Request The TSA was created to strengthen the security of the nation's transportation systems. The Aviation and Transportation Security Act, passed by the 107th Congress on November 19, 2001, established TSA and gave it three major mandates: • Responsibility for security for all modes of transportation • Recruit, assess, hire, train, and deploy Security Officers for 450 commercial airports • Provide screening of all checked luggage for explosives. TSA Headquarters is located in Arlington, VA. Information Request Please provide information on the following: A. Your capability to perform a comprehensive analysis of 18 SOPs (approximately 600 pages of written technical material, in several manuals) that are used by security officers. Our goal is to determine the reading grade level in which the documents are written. We expect that this will be done on a chapter by chapter or section analysis of each SOP. Provider will also advise TSA of the overall grade level of the SOP. B. Your capability to convert existing SOP language to a pre-determined reading grade level. Note: Our goal is to standardize the language and syntax across all SOPs for consistent interpretation. Also provide the following information : Company Information • Business size along with any Socio Economic identifiers (e.g. Small Business, Veteran owned, or other certification) • Point of Contact (Name, phone number, etc.) • List of Related Federal and/or Commercial Contract/Clients in the previous (2) years • Past experience with Federal agencies for same or similar work • List of exiting contract vehicles under which these services may be procured (e.g. GSA schedule contracts, GWACs, etc) Requirements TSA expects the respondent to use the current technical standards, as prescribed or recognized by industry, for evaluating standard written English in the United States. This may include referring to academic and technical material publishing standards. Qualifications TSA expects that the provider will have the appropriate staff to conduct assessment and conversion capabilities to meet a pre-determined due date. RFI Process To answer this RFI, please provide a narrative of your capabilities. Responses should be provided in Microsoft Word for Office 2003 compatible format, double spaced with no smaller than 12-point font and must not exceed 15 pages. The contact person listed below is available for assistance. The answers to this RFI will be evaluated by TSA staff. How to deliver the answer Send the attached form in word-format (format unchanged) by email to joseph.hatzipanagiotis@tsa.dhs.gov or donna.porter@tsa.dhs.gov. This announcement is for the purposes of market research only; no solicitation is being issued and may not result from this announcement. The government will not pay for any information received in response to this announcement. No proprietary information is to be included with your response. Vendors should list any available government contract vehicles and contract numbers in their response (e.g. GSA schedule contract). Further information may be requested from respondents to this announcement. All responses are to be received no later than Friday, April 27, 2012 at 5:00 EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-12-I-MED999/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02721060-W 20120414/120412235941-d01b5fa6348ac30a5569f40705037d72 (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.