Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2008 FBO #2391
SOURCES SOUGHT

R -- Analysis of current security initiative and features at General Aviation airports

Notice Date
6/11/2008
 
Notice Type
Sources Sought
 
NAICS
926120 — Regulation and Administration of Transportation Programs
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS02-08-I-MLS508
 
Point of Contact
Audrey A Taylor,, Phone: 571-227-1582, Ricky McGlothin ,, Phone: 571-227-1770
 
E-Mail Address
audrey.taylor@dhs.gov, Ricky.McGlothin@dhs.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a sources sought notice for the Transportation Security Administration (TSA) Office of General Aviation (GA). TSA’s Office of General Aviation seeks a firm to conduct an analysis of current security initiatives and features at GA airports. The firm should be a Small Business or Service-Disabled Veteran-Owned business. The applicable NAICS code is 926120. The Product/Service Classification (PSC) Code is R-409-Professional, Administrative, and Management Support; Prof svcs/program review-develop. Statement of Work Scope 1.Scope of Work The contractor, in coordination with TSA, shall develop and implement a marketing plan, which includes distribution of informational materials, to promote TSA GA security initiatives, measures and other existing/developmental products. The contractor shall also develop and distribute promotional materials to the general aviation community which encourage their participation in the airport security activities and use of the GA Secure Hotline. Additionally, the contractor shall conduct an analysis of TSA’s existing GA Grant Feasibility Study and provide recommendations for implementing a grant program/funding mechanism. The contractor shall develop basic guidelines for grant applications and approvals. 2.Tasks and Deliverables The contractor will perform the following tasks. Task A: Develop and execute marketing plan to promote existing/ongoing TSA GA security initiatives The contractor, in coordination with the TSA program office, shall develop a plan to promote and encourage airport operators to make use of TSA’s GA security initiatives. The contractor shall develop a separate plan to promote GA community (aircraft and airport owners and operators) participation in airport security activities including promoting the use of the GA Secure Hotline. To support this initiative, the contractor shall create and distribute a predetermined amount of approved promotional materials to airport operators. It is expected that the contractor will provide ideas/slogan campaigns for the promotional materials and mailings. All materials produced and disseminated utilizing the allocated funds of this contract must contain the DHS/TSA logo at a commensurate size as the logo(s) depicted on the materials. Task B: Analyze the GA Grant Feasibility Study and develop guidelines for the GA grant program. The contractor shall conduct an analysis of the current GA Grant Feasibility Study and any available results of the airport vulnerability assessments. The contractor shall recommend changes or updates to the study based on this analysis and coordinate any recommended changes or updates with TSA. Additionally, the contractor shall provide recommendations for implementing the grant program. Task C: Tracking and Monitoring The contractor shall include monthly status report to TSA that will indicate: The amount of work performance completed on the training course and the materials developed/disseminated Overview of the course/module content The cost of developing the module and distributing the materials The project amount and cost of the materials for the next reporting period (monthly) The issues, matters, problems, or concerns with progress (if any) Any other pertinent information that would determine the success rate/outcome of the program(s) 3.Timeframe The period of performance for this program is 12 months from contract award. Task A shall be completed within 6 months of contract award Task B shall be completed within 8 months of contract award Task C shall occur continuously throughout contract duration Special Instructions The Contractor and contractor employees must have expertise with GA airports and their operations, and airport security in particular. The Contractor must have the ability to handle and store Security Sensitive Information (SSI). The Contractor shall coordinate with the COR and the project manager throughout the life of the award to ensure that project objectives and deadlines are met and that costs are not exceeded. Per Task C, a progress report is required for every month from the date of award. The Contractor must explain, in detail, how it will report progress that identifies cost, schedule and how performance is being accomplished as planned, and identify any variance from planned effort. All interested vendors must contact TSA’s Office of Acquisition (OA) and submit a capability statement. This statement should be in electronic format (most preferably MS Word, MS Powerpoint or PDF) and should clearly explain what resources are at the Contractor’s disposal that would allow it to efficiently and effectively manage and Fitness Center. Firms should also indicate whether or not their capabilities are more suited to prime work or subcontractor work on this requirement. TSA’s point of contact is Ms. Audrey Taylor, who can be reached via phone at 571-227-1582 or via e-mail at audrey.taylor@dhs.gov. If Audrey Taylor is unavailable then interested parties may also contact Mr. Ricky McGlothin via phone at 571-227-1770 or via e-mail at ricky.mcglothin@dhs.gov. Any questions about this sources sought should be directed to Audrey Taylor or Ricky McGlothin. All interested Contractors must provide TSA with a capability statement in electronic format through the designated point of contact no later than 12 noon Eastern time on Tuesday, July 1, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0e5b57633b57c80d87314c7399c12c4d&tab=core&_cview=1)
 
Place of Performance
Address: 601 SOUTH 12TH STREET, ARLINGTON, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN01591847-W 20080613/080611222943-0e5b57633b57c80d87314c7399c12c4d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.