Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
MODIFICATION

63 -- The Transportation Security Administration (TSA) is seeking sources for Imaging Technology systems - RFP - Section J

Notice Date
7/28/2009
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
HSTS04-08-R-CT2056
 
Point of Contact
Victor W Carden, Phone: 571-227-4834, Adam D Freimanis, Phone: 571-227-5695
 
E-Mail Address
Victor.Carden@dhs.gov, Adam.Freimanis@dhs.gov
(Victor.Carden@dhs.gov, Adam.Freimanis@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Transportation Security Administration (TSA) is seeking sources for Imaging Technology systems (formally known as Whole Body Imager) for screening of passengers to be used in our Nation's airports. The TSA will examine each Offeror's response to this announcement to determine those vendors who have satisfactorily met the minimum requirements as specified in the white paper requirements section of this announcement. The TSA intends to establish a Qualified Product List (QPL) based on the overall performance of each Offeror's Imaging Technology against TSA specifications and reasonableness of price. Only Offerors who respond to this announcement and demonstrate compliance to TSA's requirements, as specified in the TSA Imaging Technology Procurement Specification, dated May 2008, will be eligible for placement onto the QPL. This will be an open QPL, meaning that the Offeror will be able to submit white papers to the contracting officer at any time, although testing will only occur at the discretion of the TSA. If initial testing finds that the product fails to meet the basic requirements, a vendor will not be permitted to retest sooner than 30 business days after the failure, unless it is determined to be in the best interest of the Government. If the product fails a second test, the product will be locked out of future testing for six months, unless the Government determines it is in TSA's best interest to allow further testing. Only Offerors who successfully complete testing will be placed on the QPL and be considered for a contract award. Requirements for the Imaging Technology system have been broken into four tiers with progressively increasing levels of requirements. The vendor has the choice to meet the requirements of the different tiers. To be added to the QPL, each vendor must meet all Tier I requirements. A higher-level system must meet all the requirements of the tiers below it. For example, a Tier III system must meet all Tier I, Tier II, and Tier III requirements. Potential examples of Tier I requirements include Security Technology Interface Program (STIP), privacy filters, and the ability to scan an individual in the 95th percentile for height. The tier structure primarily reflects progressively increased requirements for performance to potentially include multiplexing and explosives detection. (see attachments for full announcement). After contract award, delivery orders will be competed amoung qualified vendors, some delivery awards may be awarded with Recovery Act funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS04-08-R-CT2056/listing.html)
 
Place of Performance
Address: 701 South 12th Street, Arlington, Virginia, 20598-6025, United States
Zip Code: 20598-6025
 
Record
SN01889460-W 20090730/090728235340-400f67ea94ab8592f55fd882a9293e62 (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.