Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOLICITATION NOTICE

63 -- Advanced Imaging Technology 2 (AIT-2) - Pre-Solicitation AIT-2 SSI/CNSI Further Information

Notice Date
12/9/2011
 
Notice Type
Presolicitation
 
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
HSTS04-12-R-CT2011
 
Point of Contact
Melyssa Bertucci, Phone: 571-227-2521, Lance Nyman, Phone: 571-227-4261
 
E-Mail Address
melyssa.bertucci@dhs.gov, lance.nyman@dhs.gov
(melyssa.bertucci@dhs.gov, lance.nyman@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Non-Disclosure Agreement Further CNSI Information Further SSI Information The Department of Homeland Security (DHS), Transportation Security Administration (TSA), intends to compete its requirement for a second generation of Advanced Imaging Technology-2 (AIT-2). The AIT-2 system is used as a primary screening device to inspect a passenger's body for concealed weapons (metal and non-metal), explosives and other prohibited items. AIT takes into account passenger privacy considerations and employs safeguards to provide the maximum level of privacy protection to passengers. AIT is being upgraded to include Automated Target Recognition (ATR) capability which reduces privacy concerns and decreases passenger processing time. AIT-2 may also serve as a platform for potential integration of metal detection and/or shoe scanning capability. The estimated release date for the solicitation is in the week of 17 January, 2012. The Request for Proposals (RFP) will be issued on this same FedBizOps webpage, with the exception of certain RFP attachments which are considered either Sensitive Security Information (SSI) or Classified National Security Information (CNSI). In order to be approved to view these attachments upon RFP release, a contractor must meet the requirements and complete the steps listed below prior to 20 December 2011 at 3:00 PM Eastern. Contractors are ineligible to view said attachments until they comply with the respective SSI and/or CNSI processes. SSI: 1. Provide the CAGE code of the Contractor's facility that will manage the proposal. 2. Designate a Senior Corporate Official, who is responsible for serving as the single point of contact for SSI and certifying to the Contracting Officer every 60 days that all appropriate protections have been followed, only authorized individuals have access to the sensitive information, and that those individuals with access adequately understand their responsibilities to protect the information. The designation must be stated in a letter format and signed by the Senior Corporate Official. 3. Provide the following information for all individuals who need to view SSI; provide this information via email in one password protected Microsoft Excel spreadsheet, and send the password in a separate email: „ Employee Full Name: „ Employee Gender: „ Employee Birth Date: „ Employee Citizenship: „ Social Security Number: „ Indication of whether any nominated employees have: o Previously received a TSA suitability determination; o Undergone a federal background investigation; or o Possess an individual security clearance 4. Provide a fully completed and witnessed non-disclosure agreement for all employees who need to view SSI. Use the attached form entitled "Non-Disclosure Agreement." 5. Contractors are limited to 35 individuals (inclusive of any subcontractors) who can have access to SSI. 6. Only one list of individuals may be submitted. No revisions will be permitted. 7. The attached document entitled "Synopsis-AIT-2-Further SSI Information" contains further information concerning SSI. CNSI: 1. Contractors must have a facility clearance (FCL) at the Secret level and a DD Form 254 from the Government. 2. When applicable, contractors must provide any information requested by the Government to prepare its DD Form 254 and must follow any instructions contained therein after issuance. 3. The Government will use the contractor's CAGE code (provided per the above SSI instructions) to determine the contractor's FCL status. 4. The attached document entitled "Synopsis-AIT-2-Further CNSI Information" contains further information concerning CNSI. All information must be emailed to Melyssa.Bertucci@dhs.gov, Polly.Hall@dhs.gov, and Lance.Nyman@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS04-12-R-CT2011/listing.html)
 
Record
SN02636754-W 20111211/111209234156-c8fe0627c3254fe1605be86c5b438eb9 (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.