SOLICITATION NOTICE
B -- Facilitated Review of Transportation Assets
- Notice Date
- 7/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
- ZIP Code
- 22202
- Solicitation Number
- HSTS-05-R-MLS501
- Response Due
- 7/15/2005
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- 2.0 Background: The Transportation Security Administration (TSA) was created as part of the Aviation and Transportation Security Act (ATSA) of 2001 in response to the tragic events of September 11, 2001. As an operating element of the Department of Homeland Security, TSA is responsible for identifying the risks to the nation?s transportation infrastructure and developing mitigating strategies to prevent, respond, and/or recover from acts of terrorism against the United States transportation systems. The Risk Management & Analysis Branch (RMA), Operations Directorate, is responsible for identifying and assessing critical infrastructure for surface transportation assets. RMA is currently researching and identifying surface transportation asset data for inclusion in the TSA criticality tool set. 3.0 Scope: The contractor shall provide expertise and assistance as members of multiple teams conducting facilitated assessments at selected transportation assets within North America. The teams will conduct onsite discussions using a Government-furnished assessment tool set specifically developed to collect transportation asset information and ensure data consistency and quality. In addition, the contractor shall assist with inputting and extrapolating collected data, and managing it?s (contractor) team members. 3.1 Sensitive Security Information: The government-provided information (GFI) and resulting output is considered Sensitive Security Information (SSI). Therefore, the contractor is required to comply with 49 CFR Part 1520 with respect to securing against unauthorized access to or release of data, computer systems, data output, and Internet security. Employees working on the project and any individual involved, directly or indirectly, will be required to sign a non-disclosure agreement prior to commencement of work. In addition, the final output report of the facilitated assessment data is Classified SECRET and shall require all members of the contractor?s team to have, and maintain, a SECRET security clearance. 3.2 The contractor shall (3.2.1)Conduct pre-assessment work that validates data already collected on the asset and captures additional asset data such as satellite photos and general local mapping information, and open source information for background on the asset that may not have been available at the time of the initial collection effort; (3.2.2) Conduct pre-assessment site visits, 2-3 weeks prior to the facilitated assessment site visit, that will include capture of digital images of the site. The information gathered will help the site and asset team members prepare for the on-site facilitated assessment effort that will follow; (3.2.3)Conduct the actual facilitated assessments, data collection/preparation, and data input and extrapolation; (3.2.4) Designate a Program Manager to manage contractor staff (including ensuring that staff have appropriate security clearances), travel, report production, and other associated project requirements. 4.0 Anticipated Level of Effort: (4.1) Pre-assessments, assessments, and post-assessments in FY05 shall have a TSA designated representative as part of the assessment team. The FY06 pre-assessments, assessments, and post-assessments may be performed, at TSA?s sole discretion, with or without TSA representation on the assessment team, as per the Statement of Work. 4.2 Pre-assessment work: (4.2.1) Collect/provide/conduct asset specific internet data collection, maps, images, other open source information, telephone calls, etc; effort should leverage, validate and enhance previously collected data; (4.2.2) Consolidate collected data into a logical format for review and presentation to pre-assessment teams; (4.2.3) Prepare Pre-Assessment In-Brief. Space at TSA Headquarters, computers, database access, and supplies will be supplied by TSA 4.3 Pre-assessment site visit and follow-on work: (4.3.1) Conduct limited non-intrusive walk-thru, collect digital images of the site, collect available facility layout information, limited discussions;(4.3.2) Consolidate collected data into a logical format for review and presentation to assessment teams; (4.3.3) Prepare Assessment plan and In-Brief. 4.4 Facilitated assessment visit (not to exceed 5 days): (4.4.1) Day One: (4.4.1.1) TSA Risk & Contractor Project Lead conduct approximately 30 minute high-level executive pre-brief addressing the purpose of the assessment, address concerns/expectations, and gain acceptance for the effort; (4.4.1.2.)Conduct detailed walk-through identifying problem areas in preparation for table-top exercise; (4.4.1.3) Prepare table-top scenarios from data collected in 4.1, 4.2, and 4.3.1.2 above and plan Day Two of the assessment. (4.4.2) Day Two/Three: Conduct tabletop exercises with asset owner, local law enforcement, first responders, and other local authorities. (4.4.3.) Day Four: (4.4.3.1) Following the tabletop exercises, review all data collected and identify areas/issues requiring further clarification or review. (4.4.3.2) Conduct an assessment review with the asset sponsor to vet the governments? initial findings to ensure alignment with the stakeholder?s view of the situation at their asset. (4.4.4) Day Five: Conduct an assessment exit interview or debrief with the executive contact of the asset; (4.4.4.1.1) The exit interview, approximately 30 minutes, will provide a general discussion and review of the facilitated assessment, address any outstanding issues or major concerns for concurrence with the asset sponsor and site contacts; (4.4.4.1.2) Provide a timeline for delivery o the final report; (4.4.4.1.3) Establish a follow-up appointment to occur within 2-3 weeks, with the asset executive contact and an executive from TSA, for the delivery of the final report. 4.5 Post Assessment Efforts: (4.5.1) Following the Facilitated Assessment the contractor will provide assistance with data upload support and Final Report preparation. Space at TSA Headquarters, computers, database access, and supplies necessary to produce the report will be supplied by TSA. (4.5.2) Upon completion of the Final Report the contractor may, at TSA?s discretion, return to the assessment/stakeholder?s location with a TSA executive for a 1-2 hour executive management Final Report presentation. When possible, Final Report presentations will be scheduled to coincide with Pre-Assessment site visits for another asset in the same geographic region. 4.5.1.1.1 Special Requirements: (4.6.1.1) The Contractor?s Program Manager shall have experience in managing government physical security assessment programs; and at least one or a combination of expertise in the following areas: (4.6.1.1.1)Information Analysis and Infrastructure Protection; (4.6.1.1.2) Defense Threat Reduction Agency experience; (4.6.1.1.3) Critical Infrastructure Protection training or experience; (4.6.1.1.4) Physical Security; (4.6.1.1.5) Special Operations; (4.6.1.1.6) Antiterrorism; (4.6.1.1.7) Counterterrorism; (4.6.1.1.8) TRANSCOM assessment process. (4.6.1.2) Senior Analysts shall have experience in Critical Infrastructure Protection and at least on or a combination of expertise in the following areas: (4.6.1.2.1)Information Analysis and Infrastructure Protection; (4.6.1.2.2) Defense Threat Reduction Agency experience; (4.6.1.2.3) Regional Security Teams;(4.6.1.2.4) Special Forces engineering; (4.6.1.2.5) Physical Security; (4.6.1.2.6) Antiterrorism; (4.6.1.2.7) Counterterrorism; (4.6.1.2.8) Special Operations. (4.6.1.3) Analysts shall have experience in conducting security assessments and one or a combination of expertise in the following areas: (4.6.1.4) Information Analysis and Infrastructure Protection; (4.6.1.5) Defense Threat Reduction Agency experience; (4.6.1.6) Physical Security; (4.6.1.7) Antiterrorism; (4.6.1.8) Special Operations; (4.6.1.9) Regional Security Teams. 4.7 Government Provided Information and Assistance: In addition to space, etc. at TSA HQ (as stated above) (4.7.1) Training for the Contractor will be conducted at TSA HQ, within 5 business days of contract award, on TSA?s Criticality Tool and the evaluation process, the TRAVEL tool, Critical Infrastructure, on-site visit protocol, etc. 5.0 Deliverables for each Asset: 5.1 Asset data collection, Pre-Assessment site visit plan, and In-Brief as described in 4.1; 5.2 Pre-Assessment site visit data consolidation, Assessment site visit plan, and Assessment In-Brief as described in 4.2; 5.3 Assessment data collection, preparation and delivery of Table Top Sessions, prepare and deliver exit interview as described in 4.3; 5.4 Upload and analyze data, prepare and deliver final report as described in 4.4; 5.5 Anticipated Delivery Schedules are as follows (however, unusual time frames may be occasionally be imposed due to operational necessity): (5.5.1) Pre-assessment work/Data collection shall be complete 2 weeks prior to the pre-assessment site visit; (5.5.2) Pre-assessment site visits and assessment planning shall be complete two weeks prior to the assessment visit; (5.5.3) Final reports for each asset will be due to the COTR within three (3) weeks following the assessment site visit, and shall include two versions: a Government internal use report containing any classified information, and a redacted (unclassified) report for distribution to the asset owner. 5.6 Additional Reports and Meetings: The contractor?s Project Manager shall meet weekly with the TSA COTR or COTR designee, to evaluate program progress. The weekly meeting may be conducted at TSA HQ or via conference call, as mutually agreed to by the Contractor and the Government. Notwithstanding agreement of the parties to conduct weekly meetings via conference call, there shall be at least one meeting per month requiring the presence of all parties at TSA HQ. 6.0 Performance/Delivery Period: The initial period of performance is anticipated to be eight months from the date of contract award, with 3 one-year options to follow, which may be unilaterally exercised by the TSA based on availability of funds, continued requirement for services, and incumbent performance. 7.0 Place/Location of Performance/Delivery: Location of performance shall be at various locations within the United States and its territories, plus other locations in North America. Place of delivery for all data deliverables shall be TSA Headquarters, Arlington, VA. Pre-Qualification Requirements and Evaluation Capabilities Statement Interested parties should submit a capabilities statement, not to exceed 10 pages (10 point font). Contractors shall not submit capabilities statements utilizing a multi-column approach to including text on a single page. The capabilities statement must consist of the following sections: 1) Past Performance; 2) Key Personnel and Team; 3) Technical and Management Approach. It is the responsibility of the contractor to ensure that the information to be evaluated is included in the proper section heading. The Government will not try to extrapolate information from other areas of the capabilities statement to make a complete evaluation of each identified section heading. Capabilities statements must address the following: (1) Past Performance. The Offeror shall discuss how its past and present performance validates expected performance of work under this solicitation. The Offeror shall include three (3) references for contracts with same or similar scope and the description shall include: (a) Contract Number; (b) Point(s) of Contact, such as Contracting Officer, Technical Representative and their contact information; (c) Period of performance (note: include the original (as ?awarded) POP and subsequent (as-modified) POP if applicable; (d) If Offeror is/was the ?prime?, include a list of the subcontractors used on the program, including company and the percent of subcontractor labor used; (e) If the Offeror is/was a subcontractor, include the percentage of work performed with a detailed description of only the actual work performed and the customer contact information. The Offeror?s past performance should be relevant in the key functional areas identified above and of comparable size and scope to this solicitation. (2) Key Personnel and Team. The Offeror must submit resumes detailing the skill sets and experience level for each analyst, the Project Manager, and any other key personnel the Offeror may employ for this project. The TSA?s intent is to minimize turnover, if possible, to keep the same team members together for the duration of the contract. TSA will evaluate all resumes submitted. The Offeror must identify the period of time that each of their personnel has worked on the contracts which are submitted as past performance references. The resumes must highlight the activities performed by the individual on the referenced contract, including experience working on integrated teams (multiple contractors, clients, stakeholders, etc) continuity on projects, relevant experience and skills, and an understanding of, and alignment with, the programs organizational structure. The TSA will evaluate the Offeror?s proposed organization chart, which shall identify all key personnel, applicable labor category, and any other staffing, be it by the prime Offeror or a subcontractor. (3) Technical Approach. The Offeror shall describe an approach that reflects their functional and operational expertise and capabilities. At a minimum, the Offeror shall describe how it intends to staff the contract, the number of analysts they would employ per assessment, and their. In addition, Offeror shall detail how it would organize for the assessment, and the general areas of security they would propose to observe. The Offeror should specify any published material they would utilize as a reference. The proposal should tie the analysts? prior experience to the manner in which the Offeror is proposing the assessment be conducted. (4) Management Approach. The Offeror?s proposal should indicate how its management intends to interface with TSA regarding the overall assessment, and how its analysts? observations will be presented. Offerors should address how its analysts will be assigned, and how the Offeror intends to minimize turnover. The Offeror should address how it would mitigate negative performance effects should turnover, illness, or other problems arise, especially how the Offeror would mitigate schedule issues (i.e. not postpone a planned assessment. In addition to resumes, the Offeror should provide a short biography for each of their employees, to be given to the appropriate stakeholder(s) prior to the team?s arrival at an asset location. Evaluation Criteria: The Government intends to evaluate capabilities statements based on the probability of successful performance of each Offeror, and by association, the risk to the Government. Offerors will be down-selected accordingly, based on the information provided in the capabilities statements, and must be rated at least acceptable in all evaluation areas provided to be considered for participation in the limited competition to follow. The TSA intends to down select without conducting communications with Offerors; therefore, Offeror initial capabilities statements should contain the Offeror?s best terms from a technical, management and relative experience standpoint. The Government reserves the right to communicate with any Offeror if the Contracting Officer determines clarifications to be necessary. Selected contractor employees may be subjected to additional TSA security clearance requirements. As discussed above, Factors to be considered when evaluating the capabilities statements include the following: 1. Past Performance, 2. Key Personnel and Team, 3. Technical Factors and Management Approach. Factor 1, Past Performance, will be a pass/fail determination. Factor 2, Key Personnel and Team, is more important than Factor 3, Technical and Management Approach. Submission Criteria: Responses must be submitted via email to the TSA Contracting Officer, Sandra McLaughlin at Sandra.McLauglin@dhs.gov. The Government will not be responsible for bid and proposal costs or any other pre-contract costs of any kind associated with response to this solicitation. Responses must be time stamped (by the sending email system) by 12:00 Noon, Eastern Time, July 15, 2005. All responses are limited to a 10 page response. If the proposal exceeds 5MB please divide into multiple emails and include in the subject line the solicitation number and numeric identifier (i.e. section 1 of 3.) Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation. Capabilities Statements time stamped after the due date and time stipulated above will not be evaluated or considered for down-select. 3.2.3.3-1 False Statements in Offers (February 2003) Offerors must provide full, accurate, and complete information as required by this solicitation. The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. 3.9.1_3 Protest (February 2003) AS A CONDITION OF SUBMITTING AN OFFER OR RESPONSE TO THIS RFI/RFP (OR OTHER SOLICITATION, IF APPROPRIATE), THE OFFEROR OR POTENTIAL OFFEROR AGREES TO BE BOUND BY THE FOLLOWING PROVISIONS RELATING TO PROTESTS: (a) Protests concerning Transportation Security Administration?s (TSA) Request For Information/Request For Proposals (RFI/RFPs) or awards of contracts shall be resolved through the dispute resolution system at the FAA Office of Dispute Resolution for Acquisition (ODRA), and shall be governed by the procedures set forth in 14 C.F.R. Parts 14 and 17, which are hereby incorporated by reference. Judicial review, where available, will be in accordance with 49 U.S.C. 46110 and shall apply only to final agency decisions. A protestor may seek review of a final TSA decision only after its administrative remedies have been exhausted. (b) Offerors initially should attempt to resolve any issues concerning potential protests with the Contracting Officer. The Contracting Officer should make reasonable efforts to answer questions promptly and completely, and, where possible, to resolve concerns or controversies. The protest time limitations, however, will not be extended by attempts to resolve a potential protest with the Contracting Officer. (c) The filing of a protest with the ODRA may be accomplished by mail, overnight delivery, hand delivery, or by facsimile. A protest is considered filed on the date it is received by the ODRA. (d) Only an interested party may file a protest. An interested party is one whose direct economic interest has been or would be affected by the award or failure to award a TSA contract. Proposed subcontractors are not "interested parties" within this definition. (e) A written protest must be filed with the ODRA within the times set forth below, or the protest shall be dismissed as untimely: (1) Protests based upon alleged improprieties in a solicitation or a RFI/RFP that are apparent prior to bid opening or the time set for receipt of initial proposals shall be filed prior to bid opening or the time set for the receipt of initial proposals. (2) In procurements where proposals are requested, alleged improprieties that do not exist in the initial solicitation, but which are subsequently incorporated into the solicitation, must be protested not later than the next closing time for receipt of proposals following the incorporation. (3) For protests other than those related to alleged solicitation improprieties, the protest must be filed on the later of the following two dates: (i) Not later than seven (7) business days after the date the protester knew or should have known of the grounds for the protest; or (ii) If the protester has requested a post-award debriefing from the TSA Integrated Business Team, not later than five (5) business days after the date on which the Business Team holds that debriefing. (f) Protests shall be filed at: (1) Office of Dispute Resolution, AGC-70 Federal Aviation Administration 800 Independence Avenue S.W. Room 323 Washington, DC 20591 Telephone: (202) 267-3290, Facsimile: (202) 267-3720 (2) other address as specified in 14 CFR Part 17. (g) At the same time as filing the protest with the ODRA, the protester shall serve a copy of the protest on the Contracting Officer and any other official designated in the RFI/RFP for receipt of protests by means reasonably calculated to be received by the Contracting Officer on the same day as it is to be received by the ODRA. The protest shall include a signed statement from the protester, certifying to the ODRA the manner of service, date, and time when a copy of the protest was served on the Contracting Officer and other designated official(s). (h) Additional information and guidance about the ODRA dispute resolution process for protests can be found on the ODRA Website at http://www.faa.gov. (End of provision) 3.2.2.3-16 Restriction on Disclosure and Use of Data (February 2003) Offerors who include in their submittals data that they do not want disclosed to the public for any purpose or used by the Government except for evaluation purposes, shall-- (a) Mark the title page with the following legend: 'This submittal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this submittal. If, however, a contract is awarded to this offeror as a result of--or in connection with--the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets];' and (b) Mark each sheet of data it wishes to restrict with the following legend: 'Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this submittal.' (End of provision) Point of Contact:The point of contact for this solicitation is the TSA Contracting Officer, Sandra McLaughlin. All questions shall be submitted via email to Sandra.McLaughlin@dhs.gov. Telephonic contacts are strongly discouraged.
- Place of Performance
- Address: TSA Headquarters, Arlington, VA, and various locations within the United States and its territories, and North America.
- Record
- SN00841098-W 20050706/050704211507 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |