Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2013 FBO #4354
DOCUMENT

R -- Office of Security and Hazardous Materials Safety's (ASH) Support Services - Attachment

Notice Date
10/24/2013
 
Notice Type
Attachment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-450 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
DTFAWA-13-R-00014
 
Response Due
12/6/2013
 
Archive Date
12/6/2013
 
Point of Contact
John Gamble, john.gamble@faa.gov, Phone: 202-267-4008
 
E-Mail Address
Click here to email John Gamble
(john.gamble@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) has a requirement in its Office of Security and Hazardous Materials Safety's (ASH) to award a contract to provide a variety of current and future operational and administrative support services to the ASH organization. ASH has the primary responsibility for security and critical infrastructure protection, emergency operations, contingency planning, intelligence activities, and the safe transportation of hazardous materials in air commerce. ASH has four major program areas and staff offices that assist in carrying out these functions which are vital to both its mission, and to the FAA's mission. These are the Office of Hazardous Materials Safety, the Office of Security, the Joint Offices and Centers, and the Office of Emergency Operations, Communications and Investigations. ASH is responsible for the provision of security risk management support in these program areas to all of FAA ™s 48,000 employees, and to the physical assets and operational capability represented by FAA ™s more than 1,000-staffed facilities and 10,000 un-staffed facilities, and currently includes: Personnel Security Program Industrial Security Program (ISP) Identification Media Program, Homeland Security Presidential Directive 12 (HSPD-12) Identity, Credential, and Access Management Program Physical Security Program Communications Security (COMSEC) Program Classified Nationals Security Information/Sensitive Unclassified Information/Controlled Unclassified Information (CNSI/SUI/CUI) Program Credentialing Program Visitor Program (both foreign and domestic) The contractor must provide services in the areas of specialized program support including Executive support, Security program support services, HSPD-12 related Support, and Federal Identity, Credential, and Access Management support. The contractor must provide the appropriate personnel to perform the following major services: Provide program support to all divisions and staff offices within ASH nation-wide. Provide security program support services within Office of Security including personnel security, contractor industrial security, facility security, information safeguards, and communications security. Provide administration support to executives at headquarters and regional joint offices to support efficient management. Provide operational and data entry support for the security and badging center at FAA HQ and other designated locations. Provide technical and program management support for the HSPD12 Program Management office. Provide services to support program, contract, and financial management, program planning, scheduling, financial tracking, budget formulation, budget execution, business management, contracts administration, reimbursable support, and logistics. Establish an effective management organization to support the major areas of support specified in the Statement of Work. The FAA intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) base contract, from which task orders will be issued. Contract Line Items (CLINs) 0001 through 0004 are Firm Fixed Price (FFP); and CLINs 0005 through 0009 are Cost Plus Fixed Fee (CPFF). The applicable NAICS Code for this requirement is as follows: 541690 - Other Scientific and Technical Consulting Services “ Security Consulting Services. Anticipated SIR Process The FAA is planning a two-tiered evaluation process for selecting a contractor to perform the required services. The first tier (Tier 1) is a total set-aside for small businesses where only small businesses will be evaluated. If a competitive award can be made at Tier 1, no further offers will be considered. However, if no competitive award is made at Tier 1, the procurement evaluation will move to Tier 2, which is a full and open competition. Business teaming arrangements are encouraged. All interested sources are referred to the attached SIR/RFO and attachments. All responses to this SIR/RFO must reference the solicitation number DTFAWA-13-R-00014 and must be submitted to the attention of John Gamble, at the following address: Federal Aviation Administration Building 10A, Room 406 800 Independence Avenue, S.W. Washington, D.C. 20591 The date and time for receipt of responses is 3:00 p.m., Eastern Time, December 6, 2013 (facsimile and email responses are not permitted). Any responses received after that date and time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals for Submittals (July 2004). Proposal submissions must be in accordance with Section L of the SIR/RFO. If all requested information is not furnished, the vendor's response may be determined non-responsive and rendered unacceptable. Oral or written communications with offerors during the screening process will be conducted if the FAA deems communication is necessary. Questions regarding this SIR/RFO must be submitted via email only to John Gamble, Contracting Officer, at john.gamble@faa.gov., with a courtesy copy to Paul Lizotte, COR, at paul.lizotte@faa.gov. In order to finalize responses to questions and provide to offerors prior to submission of proposals, questions will no longer be accepted after November 22, 2013, 3:00 p.m. Eastern Time. The FAA intends to respond to all questions no later than close of business on November 26, 2013. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/15041 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-13-R-00014/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment J-6 Cost Exhibits_10-24-13 (xls) (https://faaco.faa.gov/index.cfm/attachment/download/34723)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34723

 
File Name: Attachment J-5 Vendor Entry Form (doc) (https://faaco.faa.gov/index.cfm/attachment/download/34722)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34722

 
File Name: Attachment J-4 Business Declaration Form (doc) (https://faaco.faa.gov/index.cfm/attachment/download/34721)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34721

 
File Name: Attachment J-3 Past Performance Survey (doc) (https://faaco.faa.gov/index.cfm/attachment/download/34720)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34720

 
File Name: SIR DTFAWA-13-R-00014_10-24-13 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/34724)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34724

 
File Name: Attachment J-1 Personnel Qualifications (doc) (https://faaco.faa.gov/index.cfm/attachment/download/34718)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34718

 
File Name: Attachment J-2 Client Letter (doc) (https://faaco.faa.gov/index.cfm/attachment/download/34719)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34719

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03221760-W 20131026/131024234134-439d1e3e2979bc490953b5dc44948171 (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.