SOURCES SOUGHT
H -- Engineering and Integration Services
- Notice Date
- 5/18/2006
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
- ZIP Code
- 22202
- Solicitation Number
- HSTS-04-06-R-ES0001
- Response Due
- 5/25/2006
- Archive Date
- 6/9/2006
- Small Business Set-Aside
- Total Small Business
- Description
- REQUEST FOR INFORMATION ENGINEERING AND INTEGRATION SERVICES In Support of TECHNOLOGY TRANSITION, TEST AND EVALUATION and SITE MODIFICATION, INTEGRATION AND RESTORATION The Government is contemplating a small business set aside competition; the NAICS code for this procurement is 541330, Engineering Services, and the size standard is $4.5 million. The estimated contract life is five years with a total estimated cost between $30 million and $55 million. Requirements To support operational and field testing, field experiments, data collection events, and selected special events, TSA requires: Integration support for operational testing to include project management, engineering, engineering analysis, design and fault analysis, systems analysis of prototype transportation security equipment and other data collection events, development of performance metrics and other tools for quantitative and qualitative data analysis and support of collaboration with technology and equipment suppliers whose products require modification or customization prior to introduction or prior to changes or upgrades Experience in providing engineering and systems integration support for transportation security and transportation related projects (i.e., for departments and/or agencies such as TSA, DOT, FAA, Amtrak, state and local governments, etc.) within TSA?s scope of responsibility. TSA?s scope of responsibility for transportation security includes aviation, cargo, mass transit, rail, highway and long distance motor coach, and supporting responsibility in selected maritime sectors System/equipment configuration verification, equipment and vendor maturity analysis, logistical requirements definition, review of Operations and Maintenance documentation, equipment environmental suitability for multiple geographic regions, investigation and assessment of compliance with applicable local, state, and national codes including developing and obtaining permit packages for installation of systems in airports, and other transportation facilities and transportation sites, the ability to correct any identified deficiencies in integration and/or installation, conduct of physical configuration audits (PCA) and functional configuration audits (FCA), factory and site acceptance testing Experience in integrating security screening equipment into operational transportation infrastructure, for a prototype test including infrastructure controls and baggage handling systems, or experience in integrating security screening equipment used by other U.S. government security agencies or departments into operational transportation infrastructure, including infrastructure controls and baggage handling systems Capability to quickly integrate prototype security equipment on short notice (e.g., five calendar days) to transportation security locations designated by TSA in any of the fifty states, US territories and possessions, encompassing any area of transportation under TSA cognizance, as defined above. Also, capability to provide adequate surge support, including the ability to provide support meeting the requirements described in this RFI for several simultaneous projects at sites nationwide Key Skills and Skill Sets In order to meet the anticipated requirements listed above, TSA envisions the following key skills and skill sets necessary to adequately perform the requirements set forth in this RFI: Project manager(s)/Program Manager(s) Systems integration engineers with experience in integrating airport or other transportation sector security systems Engineering and systems analysts Test engineers with experience in the operational testing of airport or other transportation sector security equipment Logistics/data management specialists Site preparation engineers and technicians with experience in transportation security systems Operational testing and engineering analysts Submission Requirements for RFI In their response to this RFI interested parties must submit the following: Adequately address each bullet under the Requirements heading and the Key Skills and Skill Sets heading; provide the experience pertinent to each bullet that will be sufficient enough to clearly describe how your Company?s experience will be able to satisfy the Government?s needs as set forth in this RFI; CAGE code issued through the National Industrial Security Program (NISP) administered by the Defense Security Service (DSS); if the interested party does not have a CAGE code, their submission must state the willingness to enter into the NISP as soon as possible at the Company?s own expense prior to contract award; Dunn & Bradstreet number to verify current registration in CCR; Proof of an adequate accounting system audited by DCAA or already approved by an ACO prior to award; Affirmation statement of small business size under the NAICS code 541330 Complete responses to this RFI are encouraged. A decision will be made by TSA based on capability of the interested parties to address the requirements herein. Response Format and Due Date. Written responses are required. Responses shall be prepared using a font no smaller than 11 point; and shall not exceed 9 pages in length, including all data displays, charts, graphs, and tables. The due date for receipt of responses to this RFI is 2:00 P.M. EST May 25, 2006. Submission Address. Interested parties shall submit responses to this RFI to: Elise S. Stiglic Transportation Security Administration TSA Headquarters ? West Building 10th Floor, TSA 25 601 South 12th Street Arlington, VA 22202-4220 Telephone: 571-227-3842 Fax: 571-227-2911 Email: Elise.Stiglic@dhs.gov All information received in response to this announcement will be considered proprietary. Respondents shall clearly mark specific company proprietary information accordingly. The information contained herein is subject to change. Response to this announcement is strictly voluntary, and does not constitute an obligation by the TSA to issue contracts or purchase equipment. In addition, interested offerors will not be reimbursed for any expenses incurred in responding to this RFI. The TSA makes no implied or in fact contract by issuing and publishing this RFI. Moreover, all documents referenced and included are for informational purposes only.
- Place of Performance
- Address: Multiple States
- Country: USA
- Country: USA
- Record
- SN01052804-W 20060520/060519133835 (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 |