Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2015 FBO #4893
SPECIAL NOTICE

R -- IV&V Services for Secure Flight

Notice Date
4/16/2015
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design 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
IVandV_extension_TTC165
 
Point of Contact
Venita Mathias, Phone: 571-227-1201, Ericka Franklin, Phone: 571-227-3704
 
E-Mail Address
Venita.Mathias@tsa.dhs.gov, Ericka.Franklin@tsa.dhs.gov
(Venita.Mathias@tsa.dhs.gov, Ericka.Franklin@tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security (DHS) Transportation Security Administration (TSA) intends to award an interim bridge contract to Flatter & Associates, located at 805 Princess Anne Street, Fredericksburg, VA 22401 (540) 658-1922, using other than full and open competition for the Office of Intelligence and Analysis (OIA). The TSA, Office of Intelligence and Analysis, Secure Flight (SF) Program is responsible for name-based security threat assessments, background checks and credentialing activities surrounding transportation industry workers and domestic passengers; and for the development, implementation, operation, and maintenance of a broad range of transportation vetting services and support programs designed to protect the U.S. transportation system against terrorism. The contractor will provide OIA's SF Program Independent Validation & Verification (IV&V) services of Secure Flight Systems and Software projects, Secure Flight and VOD quality assurance processes and procedures, system and software performance measures, information assurance and technical project management of Operational Test and Evaluation processes and procedures prior to implementation of software and code changed into the SF production environments. This interim bridge contract will provide a base period of performance for three (3) months with three (3) additional one (1) month option periods. The base period of performance for this interim bridge shall commence from May 1, 2015 through July 31, 2015. If all options are exercised, the period of performance will end on October 31, 2015. The purpose of this interim bridge contract is to allow for continuous, uninterrupted service while the TSA prepares to award a new contract. Additional time is needed to afford the new awardee time to onboard new personnel and time for the outgoing contractor to properly transfer its knowledge to the successful offeror. The follow-on procurement will be competitively solicited against the DHS EAGLE II contract vehicle under Functional Category 3 - Independent Test, Validation, Verification and Evaluation (IV&V) Small Business Track. This is a notice of intent to conduct a procurement action on the basis of other than full and open competition under FAR 6.302. This is not a Request for Proposals and the purpose of this notice is to provide the information stated above as it relates to the Government's intent for this requirement. This notice will close on April 21, 2015. The Government has determined not to compete this proposed interim bridge contract in the interest of continuing mission critical services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/IVandV_extension_TTC165/listing.html)
 
Place of Performance
Address: 701 S 12th Street, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN03701545-W 20150418/150416234355-abf130b1c5510856d578bb05b77a7893 (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.