DOCUMENT
B -- Regional Jet Aircraft Vulnerability Analysis - Additional file attachments
- Notice Date
- 8/26/2008
- Notice Type
- Additional file attachments
- NAICS
- 541330
— Engineering Services
- 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
- HSTS04-08-R-CT1132
- Archive Date
- 9/6/2008
- Point of Contact
- Margaret Butler,, Phone: 571-227-1589, Margaret Butler,, Phone: 571-227-3966
- E-Mail Address
-
margaret.butler@dhs.gov, margaret.butler@dhs.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation number HSTS04-08-R-CT1132 (attachment 1) is issued as a request for proposal (RFP). The Contract Data Requirement List (CDRLS) and Data Item Description list (DIDs) is attached as (attachment J1). TSA’s Office of Security Technology (OST) has identified a need to perform a Regional Aircraft Vulnerability study within the regional airlines fleet that consists primarily of smaller aircraft. The vulnerability assessment is required to determine aircraft vulnerability. This analysis will provide TSA rule makers with appropriate information to modify TSA’s detection standards for screening equipment in order to mitigate catastrophic damage to regional jets. The period of performance shall begin from date of award plus eighteen (18) months. The selected Offeror must comply with the following commercial items terms and conditions. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR 52.212-2 Evaluation--Commercial Items, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offerors Representations and Certification-Commercial Item. FAR 52.212-4, FAR 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders -Commerical Items will apply. This soliciation incorporates provisions and clauses for this effort as incorporated by reference in RFP.). The full text of a FAR clause may be accessed electronically at hhp://www.acqnet.gov/far. This order is being set aside for Service Disabled Veteran-Owned Small Business qualified companies. The NAICS Code for this solicitation is 541330. The Government contemplates the award of a firm fixed price contract for supplies and services described in Section C of this (RFP). As such, this effort will incorporate two (2) CLINs (Contract Line Items) for this study as described in Section B, for supplies and services (attachment 2). The items to be acquired for this effort includes: 1.) a Regional Aircraft Vulnerability Analysis study that shall be inclusive of the acquisition and disposal of a regional jet, subject matter expert labor-hours and 2.) travel schedule in (attachment 3). The vendor may submit their own labor catagories and pricing back-up for this effort. The Government requires delivery to be made according to the following schedule summary (attachment 4). Attachment(s) 2 & 3 shall be completed and submitted as part of the vendors response. CCR Requirement-Offerors must be registered on Central Contractor Registration (CCR) before award can be granted. Instructions on how to register can be found by going to the CCR web site at http://www.ccr.gov. All proposals must be received by September 5, 2008 at 3:00PM, Eastern Standard Time. For questions regarding this combined synopsis/solicitation may be obtained by contacting Margaret Butler at (571) 227-3966 or by email at Margaret.Butler@DHS.gov. Place of Contract Performance: Transportation Security Administration Office of Acquisitions - TSA 25 Attention: Margaret Butler, Contract Specialist 701 S. 12th St, W10-426N Arlington, Virginia 22202 United States
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=870c03790a252c7a8e0414fc78bef212&tab=core&_cview=1)
- Document(s)
- Additional file attachments
- File Name: This attachment includes a combined CDRLs and DIDs list as described in Section J of the RFP, as J-1. (HSTS0408RCT1132 RFP CDRLs_DiDs ATTACHMENT J1.doc)
- Link: https://www.fbo.gov//utils/view?id=bfe5dc8e5d9da36b9932034a1c558985
- Bytes: 409.50 Kb
- File Name: This documents is the Request for Proposal (RFP). Attachment 1 (HSTS0408RCT1132 RFP Explosives analysis_TSA_Attachment 1.doc)
- Link: https://www.fbo.gov//utils/view?id=38cb7dd42423944cdc18adc3a51959a1
- Bytes: 648.50 Kb
- File Name: This is the cost schedule for the subject RFP (Section B), Attachment 2. This attachment shall be completed as part of the proposal response. (HSTS0408RCT1132 RFP SECTION B_Schedule of Supplies and Costs Attachment 2.doc)
- Link: https://www.fbo.gov//utils/view?id=127c328961444fe2419259c8de3bf26d
- Bytes: 31.50 Kb
- File Name: This attachment is the Pricing, Labor hour (SME) and cost schedule, Attachment 3. Vendor may select their own labor catagories. This attachment shall be completed as part of the proposal response. (HSTS0408RCT 1132 RFP PRICING AND LABOR CATAGORY SCHEDULE Attachment 3.doc)
- Link: https://www.fbo.gov//utils/view?id=5a0f74fb8eea4d8db078bbc8ce61bb0e
- Bytes: 76.00 Kb
- File Name: This attachment is the Schedule Delivery Summary for the aforemention RFP (Attachment 4). (HSTS04084CT 1132 RFP Delivery Schedule Attachment 4.doc)
- Link: https://www.fbo.gov//utils/view?id=87cf370bbf1fa014d3573eb26a3bd067
- Bytes: 34.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: This attachment includes a combined CDRLs and DIDs list as described in Section J of the RFP, as J-1. (HSTS0408RCT1132 RFP CDRLs_DiDs ATTACHMENT J1.doc)
- Place of Performance
- Address: Transportation Security Administration (TSA), 701 S. 12th Street, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN01651469-W 20080828/080826225300-870c03790a252c7a8e0414fc78bef212 (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 |