Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

S -- Screening Partnership Program (6 Airports)

Notice Date
1/21/2010
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
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
HSTS03-10-R-SPP021
 
Point of Contact
Ingrid Pascall-Lopez, Phone: 571-227-2773, Allison P Veasley, Phone: 571-227-5282
 
E-Mail Address
ingrid.pascall-lopez@dhs.gov, allison.veasley@tsa.dhs.gov
(ingrid.pascall-lopez@dhs.gov, allison.veasley@tsa.dhs.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Description The Department of Homeland Security, Transportation Security Administration (TSA) intends to solicit industry to provide airport Security Screening Services. Services to include comprehensive screening of passengers and personal property at the following six (6) airports: Grouping 1 1) Jackson Hole Airport, Jackson, WY (JAC) 2) Sioux Falls Regional Airport, Sioux Falls, SD (FSD) 3) Charles M. Schulz-Sonoma County Airport, Santa Rosa, CA (STS) Grouping 2 4) Tupelo Regional Airport, Tupelo, MS (TUP) 5) Key West International Airport, Key West, FL (EYW) 6) Greater Rochester International Airport, Rochester, NY (ROC) TSA will award one or more firm fixed price contracts resulting from this solicitation. This procurement will be solicited and awarded on the basis of competition limited to eligible Small Business firms. The North American Industry Classification System (NAICS) is 561612, and the SBA size standard is $18.5 million. The resulting contract(s) term will be from the date of award for 12 months with four (4) one-year option periods. A detailed statement of work will be included in the solicitation. The anticipated award release date is June 1, 2010. Comments or correspondence must be submitted in accordance with the information/instructions contained in the posting. All written correspondence must include company name, point of contact, announcement number, address, phone number, and email address (if available). Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available on the Federal Business Opportunities (FBO) website, www.fbo.gov. All responsible sources may submit a proposal, in accordance with the solicitation, which shall be considered by the Agency. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the proposal. Prospective offerors are responsible for downloading the RFP and all attachments. It is the offeror's responsibility to monitor the FBO for the release of the solicitation and any amendments that may follow. Solicitation HSTS03-10-R-SPP021 is tentatively scheduled to be available on or about February 8, 2010. The tentative scheduled date and time for submission of proposals for Solicitation HSTS03-10-R-SPP021 is 30 days from RFP release. Pre-proposal Conference TSA will conduct a Pre-proposal Conference at TSA Systems Integration Facility (TSIF) in Arlington, VA on February 18, 2010, from 8:00 am to 12:00 pm. The facility is located at One West Post Office Drive, Reagan National Airport, behind the airport's economy parking. All interested parties are invited to attend. Please note that attendance at the Pre-proposal Conference is not mandatory for responding to the RFP, but it is highly encouraged. If you plan to attend, you must alert the TSA point of contact listed herein by close of business on February 11, 2010, via email. Each firm is limited to three (3) attendees. The objectives of the Pre-proposal Conference are: 1. To develop industry understanding of the Government's current vision and objectives pertaining to solicitation HSTS-03-10-R-SPP021 for procurement strategy. 2. To promote competition on proposed SPP acquisition. 3. To provide industry with the opportunity to meet with the Government in the procurement process to receive clarification of the RFP. 4. To encourage offerors to submit questions and comments in writing or in person at the Pre-proposal Conference. All interested parties must attend Pre-proposal Conference in person, as no phone number will be provided for call-in participation. Security Procedures Interested parties are advised of the following security procedures at TSA. All attendees will be required to receive a temporary badge prior to access to TSIF. Attendees are encouraged to arrive early to obtain the temporary badge and proceed to the conference location. TSA Security at TSIF will log in all visitors and issue temporary badges. Metro service is available to Reagan National Airport (DCA); shuttle service is available to TSIF from the airport at Terminal B and C. Attendees may also park in the Economy Parking lot, which is located near TSIF. Shuttle services information is attached for your convenience. Visitors will be escorted to the conference room by a member of TSA's staff. Visitors are cautioned that they must be escorted at all times by a member of TSA's staff while in TSA spaces. Failure to abide by TSA's visitor procedures may result in expulsion from TSA spaces. Interested parties are requested to RSVP by email for Pre-proposal Conference by close of business on February11, 2010, by email to the Pre-proposal Conference POC, Christina Stoddard at Christina.Stoddard@dhs.gov. Any changes to the attendee list must be immediately provided to the POC; failure to do so could result in non-attendance to the event. No changes will be accepted on the day of the event. The RSVP must include the following information: 1. Subject: SPP Pre-proposal Conference 2. Point of contact's name, telephone number, and company name 3. Names and titles of all the attendees from interested company (no more than three (3) per company) 4. Currently a TSA contractor - Yes/No.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS03-10-R-SPP021/listing.html)
 
Place of Performance
Address: Grouping 1, 1) Jackson Hole Airport, Jackson, WY (JAC), 2) Sioux Falls Regional Airport, Sioux Falls, SD (FSD), 3) Charles M. Schulz-Sonoma County Airport, Santa Rosa, CA (STS), Grouping 2, 4) Tupelo Regional Airport, Tupelo, MS (TUP), 5) Key West International Airport, Key West, FL (EYW), 6) Greater Rochester International Airport, Rochester, NY (ROC), United States
 
Record
SN02046480-W 20100123/100121234928-1d0959dce4c5995039dc1f30b14e6174 (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.