Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2012 FBO #3988
SOLICITATION NOTICE

V -- Airline Industry Flight Data - Package #1

Notice Date
10/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS07-13-R-00001
 
Archive Date
12/6/2012
 
Point of Contact
Marianne T Brukiewa, Phone: 609-813-3359
 
E-Mail Address
marianne.brukiewa@dhs.gov
(marianne.brukiewa@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 Pricing Spreadsheet Attachment 2 Statement of Work (SOW) Attachment 1 Terms and Conditions 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 Transportation Security Administration (TSA) is soliciting for services to provide Airline Industry Flight Data twice a week beginning December 14, 2012 retrievable by TSA in SSIM 7 file format via trap. The solicitation number is HSTS07-13-R-00001 which is issued as a Request for Proposal (RFP). This requirement will be an UNRESTICTED acquisition. The proposed contract will be for one (1) base year and four (4) one year options. The North American Industry Classification Code (NAICS) is 488190. Services anticipated beginning December 14, 2012. Pricing for the base year and 4 term option years must be submitted. The solicitation document and incorporated provisions and clauses are those in effect through the following provisions in the FAR. The solicitation incorporates one or more clauses by reference, with the same force and effect as if given in full text. Full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, effective May 18, 2012. The Government anticipates award on a Firm Fixed Price basis to the responsible offeror whose offer conforming to the solicitation will be lowest priced, technically acceptable (LPTA). In accordance with FAR 15.101-2, a Lowest Price Technically Acceptable source selection process will be conducted. Contract award will be made on the basis of the lowest evaluated price of offer meeting the acceptability standards for non-cost factors. Only the lowest priced proposal will be evaluated to determine technical acceptability. A rating of "Technically Acceptable" must be achieved for each of the non-cost technical factors. If any of the offeror's non-price technical factors are determined to be unacceptable, the proposal shall not be further evaluated. Evaluation Factors Factor 1 - Technical Capabilities Factor 2 - Past Performance Factor 3 - Price All offerors shall ensure that their submission includes, at a minimum the following information in response to this RFP. 1- Technical Factor 1 - Technical Capabilities (Volume 1) (Include Complete Carrier List, Service Level Agreement and a CD or a DVD containing the complete flight data set in the format requested in the SOW for Sunday November 11, 2012 and the following Thursday November 15, 2012) 2- Technical Factor 2 - Past Performance (Volume 2) Limited to 2 pages per example 3- Pricing - Please complete Attachment 3 (Pricing Spreadsheet) 4- Administrative Documentation to include: --Cage Code --Offeror Representations and Certifications Information if Online ORCA is not completed --Company Name and Address --Contractual Point of Contact Name, Phone Number, Email Address --Company Tax Identification Number --Company DUNS Number **Conditions for Evaluation: Data Submission--Offeror must submit a CD or DVD containing the complete flight data set in the format requested in the SOW for Sunday, November 11, 2012 and the following Thursday November 15, 2012. Offers that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government reserves the right to award without discussions with offerors. Award will be made only to contractors who have registered with the Central Contractor Registration. You can register through the System for Award Management (SAM) website: https://www.sam.gov/portal/public/SAM/. Additionally, offerors are advised that the following clause will pertain to any contract award: "Release of Information" - The Contractor shall not disclose, advertise, or release information without prior written approval from the Contracting Officer. Questions concerning this RFP must be submitted to: Marianne.Brukiewa@dhs.gov by November 14, 2012 by 12:00 PM EST. Emailed submissions must be received at Marianne.Brukiewa@dhs.gov no later than WEDNESDAY November 21, 2012 at 1:00 PM Eastern Standard Time (EST). Proposals are limited to 8MB in size. Please note your subject line should read "RFP HSTS07-13-R-0001 Airline Industry Flight Data". Emailed submissions for the RFP must be in separate attachments and clearly indicate which volume coincides with which attachment. The government reserves the right to disregard any additional attachments without notification to the offeror. Please note: It is the contractor's responsibility to ensure proposals are received by the Contracting Officer. **Please refer to Attachment 1(Terms and Conditions), Attachment 2 (Statement of Work) and Attachment 3 (Pricing Spreadsheet) for additional information and instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-13-R-00001/listing.html)
 
Place of Performance
Address: 200 West Parkway Drive, Egg Harbor Township, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN02917792-W 20121025/121023233834-cf6388d0e3e8d3f4da179ca591e772e0 (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.