SOURCES SOUGHT
A -- Research, Engineering and Development (RE&D) and Development Test and Evaluation (DT&E) Phase II - RFI
- Notice Date
- 8/1/2016
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- RDTEII2016
- Archive Date
- 8/30/2016
- Point of Contact
- Phyllis A. Reaves, Phone: 6098132894
- E-Mail Address
-
phyllis.reaves@hq.dhs.gov
(phyllis.reaves@hq.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFI RDTE II Final 8-1-16 Sources Sought/Request for Information (RFI) U.S. Department of Homeland Security Science and Technology Directorate Transportation Security Laboratory Research, Engineering and Development (RE&D) and Developmental Test and Evaluation (DT&E) Phase II Technical Support Services INTRODUCTION This notice is issued by the Department of Homeland Security (DHS); Science and Technology (S&T) Directorate; Transportation Security Laboratory (TSL) to obtain information from potential sources regarding their capabilities to establish a Technical Support Services contract for Research, Engineering and Development (RE&D) and Developmental Test and Evaluation (DT&E). This RFI is for information and planning purposes only and is not a solicitation or request for proposals. Information received will be utilized as a market research tool to determine the availability and adequacy of potential sources prior to determining the method of acquisition. Both large and small businesses are encouraged to respond. Unsolicited proposals submitted in response to this RFI will not be considered, nor will any of the information contained in the unsolicited proposals be used during preparation of a solicitation. The primary place of performance is the TSL located at the William J. Hughes Technical Center Atlantic City International Airport, New Jersey. The Government intends to award: 1) a multiple award, unrestricted, competitive 5 year indefinite delivery indefinite quantity (IDIQ) contract (that will include one 12-month base year and four 12-month option years); and 2) a single award, restricted, small business set-a-side, 5 year contract (that will include one 12-month base year and four 12-month option years). TSL is seeking capability statements from all interested parties, including 8(a), Small Disadvantaged (SDB), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), and Historically Underutilized Business Zone (HUBZone) businesses. Accordingly, all small businesses are encouraged to respond to this RFI. The Government will use the responses obtained to effectively identify the capabilities of small businesses to meet this agency's requirements. The North American Industry Classification System (NAICS) Code is 541712 (Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) BACKGROUND The mission of TSL is to counter current and future terrorist threats and criminal acts, including threats against airports, through research and implementation of new technologies. TSL, under the DHS Science and Technology Directorate, supports this mission through researching and organizing the scientific, engineering, and technological resources of the United States; and by leveraging existing resources into technological tools to help protect the homeland. TSL has international standards organizations (ISO) requirements in several laboratories. Respondents shall have supporting capability to provide on-site and offsite support to the national security mission of DHS/S&T and TSL. The technical support services will assist the TSL in developing research and development technologies for current and new technologies both domestic and international. The support services shall provide specific technical expertise to DHS in accordance with technical criteria and disciplines determined by DHS. Note: The Government intends to set-aside (identified below as Restricted) a portion of work within the task area general parameters cited below for one of the following socio-economic programs: • 8(a) • HUBZone • SDVOSB • WOSB • Small Business The Contractor shall be expected to work with military and conventional explosives and non-conventional explosives. This scope of work specifically excludes support for Independent Test and Evaluation (IT&E); enterprise IT support; publication and library services; facilities, building and grounds maintenance, repair, and upgrade. IMPORTANT NOTICE TO PROSPECTIVE RESPONDENTS This Request for Information (RFI) is subject to the provisions of Federal Acquisition Regulation (FAR) 52.215-3, and is issued solely for information/planning purposes. This RFI does not constitute a solicitation for proposals, a commitment to issue a solicitation for proposals, or the authority to enter into negotiations to award a contract. This RFI shall not be considered as an obligation by the Government to acquire any products or services. The Government does not intend to award a contract on the basis of this RFI. There is no entitlement to payment of direct or indirect costs or charges by the Government as a result of a Contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any Contractor's input submitted in response to the RFI. Responses to the RFI will not be returned. The Government recognizes that proprietary information and data may be part of this effort and, if so included, such data should be clearly marked. DESCRIPTION OF REQUIREMENT UNRESTRICTED PORTION: The scope of work for this acquisition includes technical and operational support for the TSL. Technical functions will include applied research and development necessary to support the test and evaluation (T&E) of the main product areas of the TSL, as well as new product areas; and scientific and engineering activities that mature technologies to detect, defeat, or mitigate the effects of explosives and other existing and new terrorist threats. The focus will be on the scientific investigation into the detection of explosive compounds or their precursors, and the T&E of prototype explosive detection technology and other contraband threats such as illicit drugs. Other technical activities will include examination of blast effects on conveyances and infrastructure (i.e., vulnerability analysis), computer modeling of blast effects, and systems engineering; detection, vulnerability assessment, and mitigation. The objective of the unrestricted portion of this acquisition is to provide TSL with technical services and support for the general parameters within the following task areas: a. Applied research and development in support of test and evaluation; b. Developmental test and evaluation; and c. Applied research and development for detection, mitigation and vulnerability assessment services related to national security The general parameters of the requirement and support are in the following Technology Development areas: a. Applied Research and Development b. General Engineering and Technical Assistance c. Developmental Test and Evaluation d. Technical Assessments The technology and product development areas include the following: a. Bulk explosives detection technology, including, but not limited to, x-ray, nuclear, and electromagnetic methods b. Trace explosives detection technology, including, but not limited to, terahertz spectroscopy, MEMS/NEMS, microcantilevers, vapor detection, particle characterization, ion mobility spectrometry c. Artificial intelligence, signal and image processing, pattern recognition d. Communications, command and control e. Explosives, including, but not limited to, manufacture, characterization, improvisation, blast characteristics, effects, response measurements, mitigation, and safety f. Risk, survivability, susceptibility, vulnerability reduction (mitigation) and vulnerability analysis g. Human factors / human-systems integration h. Systems Engineering i. Physical security, including, but not limited to, access control, biometrics j. Modeling and simulation k. Data Presentation using 3-D modeling software l. Passenger inspection / personnel inspection m. Baggage and parcel inspection n. Cargo inspection o. Vehicle inspection p. Optimization studies to improve performance q. Open systems architecture The security applications include the following: a. Aviation b. Rail (passenger and commodities conveyances) c. Mass transit (i.e. bus; metro) d. Maritime e. Border security f. General transportation (i.e. trucks; cars) g. New technologies and applications for other Government agencies RESTRICTED PORTION - Small Business Set-Aside: The objective of the Small Business Set-Aside portion of this acquisition is to provide the following support services: a. The production of trace standards and test articles and; b. The bulk explosives area and the production of in-house simulants, simulated detonators and simulant related test articles using product specifications and processes established and documented at the TSL as applicable. The restricted portion of the acquisition will provide support services required by the DHS in the following task areas: Trace Standards Production a. Preparation, maintenance, and quality control verification of existing TSL trace explosives standards b. Preparation of test substrates and test articles c. Documentation and publication of procedures, methods, data and findings d. Development of standard operating procedures Simulant Production a. Production of threat simulant materials b. Production of simulant related test articles c. Documentation and publication of procedures, methods, data and findings CAPABILITY STATEMENT - RFI RESPONSE By utilizing the attached Performance Work Statement (PWS) (unrestricted and restricted) provide a capability statement to include the following: a. Describe your company's relevant and recent knowledge of and experience in supporting and administering a requirement of this magnitude. Experience must be within five (5) years. b. Describe your company's experience in research, analysis, and technical support services, specifically experience working on research and development, test and evaluation relevant to detection of explosives and/or illicit drugs. c. Describe your company's experience in performing different types of contact types (i.e.: Firm Fixed Price (FPP), Cost Plus Fixed Fee (CPFF), Cost Plus Award Fee (CPAF), Time and Materials (T&M) etc.]; as well as your company's experience working on government contracts. d. Describe your company's experience and process for attracting and retaining technical experts and staff. RESPONSE INSTRUCTIONS: Capability Statement: Submit your response in a Microsoft Word or PDF format, no more than ten single-spaced pages, 12 point, Times New Roman font, using a minimum of one-inch margins. The due date for the submission is August 15, 2016, 2:00 PM Eastern Time (ET). Respondents must submit their information in electronic versions to jessica.wilson@hq.dhs.gov and phyllis.reaves@hq.dhs.gov. The following documents are provided as attachments to this RFI: a. Latest PWS • Unrestricted BPA - Attachment 1 • Restricted Small Business Set Aside - Attachment 2 b. Instructions for Industry Day Participants- Attachment 3 OTHER IMPORTANT INFORMATION: Industry Day: The TSL will host an Industry Day that will include an overview of the acquisition process and the TSL requirements referenced in this RFI, a tour of TSL facilities, and a questions and answers session. Your presence at Industry Day is not mandatory. Industry Day will be held on Tuesday, August 23, 2016, at 9:00 a.m. until 2:00 pm at TSL, Atlantic City, New Jersey. See visitor registration form for instructions and deadlines. To facilitate the questions and answers at Industry Day, vendors are encouraged to submit questions by Friday, August 19, 2016. Pertinent and Tentative Dates Milestone Tentative Dates RFI Release 1 Aug 2016 RFI Due 15 Aug 2016 Industry Day 23 Aug 2016 RFQ - draft (both unrestricted and Small Business) 1 Nov 2016 RFQ - final (both unrestricted and Small Business) 9 Jan 2017 Reading Room 11-12 Jan 2017 Site Visit / Pre-proposal conference 18 Jan 2017 Q&A 23-26 Jan 2017 RFQ Due (both unrestricted and Small Business) 8 Feb 2017 Oral Presentation (unrestricted only) 27-31 Mar 2017 Award Notifications 5 Oct 2017 ATTACHMENT 1 -PERFORMANCE WORK STATEMENT (UNRESTRICTED) C.1 Background The U.S. Department of Homeland Security (DHS) is committed to using cutting-edge technologies and scientific talent in its quest to make America safer. The DHS Directorate of Science and Technology (S&T) is tasked with researching and organizing the scientific, engineering, and technological resources of the United States and leveraging these existing resources into technological tools to help protect the homeland. The Transportation Security Laboratory (TSL), located at the Federal Aviation Administration (FAA) William J. Hughes Technical Center, Atlantic City International Airport, New Jersey supports DHS's commitment to counter current and future terrorist threats and criminal acts against our nation's infrastructure, primarily airports, through innovative research, development and implementation of new technologies to counteract, mitigate, and be one step ahead of the potential threats posed to our national security. The TSL consists of a secure, 12-acre main campus with 70,000 square feet of office and laboratory space, which includes: a. An office building containing workstations for federal employees and conference facilities; b. An office annex with additional office space for non-federal workers; c. A laboratory building with four (4) hardened laboratory cells and two (2) un-hardened laboratory cells for testing; d. A 15,900 square-foot warehouse that includes a 2,000 square-foot area for trace detection capabilities; 800 square feet of office space, and 6,000 square feet of storage space for test articles and equipment; e. A 22,400 square foot warehouse that includes a 2,000 square foot area with radiograph inspection capabilities; a 2,500 square foot area with simulant development, verification and production capabilities; an 800 square foot reconfigurable independent test and evaluation (IT&E) laboratory; a 1,200 square foot area with blast effects capabilities and storage space for test articles and equipment; f. Two (2) modular buildings each at 1,100 square feet with one for trace detection and the other for chemistry capabilities ; g. An explosives storage area for approximately 2,600 pounds of bulk explosives; A remote explosive storage area for approximately 6,000 pounds of explosives; In addition to the 12-acre campus there is an adjacent facility that serves as a test-bed for port-based maritime container inspection technologies, which includes a large over-head rail crane, spreader-bar, and instrumented containers, temporary storage areas, a data collection station, and a work shed. TSL may utilize other governmental facilities to include the Aberdeen Proving Ground in Maryland where live fire testing on aircraft is performed and commercial facilities should the need arise. However, the contractor is not required to secure the use of the named facilities. C.2 Scope The scope of work for this acquisition includes technical and operational support for the TSL. Technical functions will include applied research and development necessary to support the test and evaluation (T&E) of the main product areas of the TSL, as well as new product areas; and scientific and engineering activities that mature technologies to detect, defeat, or mitigate the effects of explosives and other terrorist threats. The focus will be on the scientific investigation into the detection of contraband, explosive compounds or their precursors, and the T&E of prototype explosive detection technology. Other technical activities will include examination of blast effects on conveyances and infrastructure (i.e., vulnerability analysis), computer modeling of blast effects, and systems engineering; detection, vulnerability assessment, and mitigation. The Contractor shall be expected to work with military and conventional explosives and non-conventional explosives. The Government will provide standard operating procedures (SOPs) and Laboratory Safety Action Plans (LSAPs) for all current explosives operations. When other capabilities and new operations are established, the Contractor shall support the development of new SOPs and LSAPs as appropriate. This scope of work specifically excludes support for IT&E; enterprise IT support; publication and library services; facilities, building and grounds maintenance, repair, and upgrade. C.3 Objective The objective of this acquisition is to provide TSL with technical services and support for: a. Applied research and development in support of test and evaluation; b. Developmental test and evaluation; and c. Applied research and development for detection, mitigation and vulnerability assessment services related to national security Detection sciences conducted in the three task areas within the proposed contract are applied against the following main product areas: a. Aviation b. Rail (above ground) - conveyance of passengers and goods c. Mass transit - bus, metro (below ground) d. Maritime - barge, boat, ship e. Border security f. Critical Infrastructure - tunnels, bridges, g. General transportation - trucks, cars h. Non-transportation components - buildings These technical support services will provide TSL with essential technical expertise to evaluate security systems affecting transportation and non-transportation components. These technical support services will also support TSL in providing specialized expertise resulting in its customer's continued ability to establish explosive and contraband detection threat standards and develop technology meeting these standards in a timely manner, which directly impacts the traveling public and decreases the risk of a threat of national significance. C.4 Applicable Documents C.4.1 Compliance Documents The documents listed in Table C.4.1: Compliance Documents provide specifications, standards, or guidelines that must be complied with to meet the requirements of the proposed contract. The listed documents and the documents not included with the PWS will be accessible to all potential offerors via a secured reading room at the TSL. As such, request to access the secured reading room shall be coordinated via the Contracting Officer for the RFQ. Table C.4.1: Compliance Documents National Industrial Security Procedures Operations Manual (NISPOM) at http://www.dss.mil/isp/fac_clear/download_nispom.html 49 CFR 1520 Protection of Sensitive Security Information Transportation Security Laboratory Safety Manual DHS/ST/TSL-10/108 DHS Science and Technology (S&T) Explosives Research and Development Program Security Classification Guide, DHS SCG S&T-006, July 2008 DHS IT Security Program Publication DHS MD 4300.Pub. Transportation Security Laboratory Publication Guidelines DHS/S&T/TSL Document Format Templates DHS MD 4300A Sensitive System Policy NIST Special Publications (800 series) SP 800-53 Rev.4 FISMA Act of 2002 DHS MD 11042.1 Safeguarding Sensitive but Unclassified information DHS MD 11056.1 Sensitive Security information C.4.2 Reference Documents The documents listed below in paragraphs a to g may be of service to the Contractor in performing the work described in the PWS and may be required upon award of task orders: a. Transportation Security Laboratory Strategic Plan; b. Transportation Security Laboratory Technology Optimization Partnerships (TOPS) process; c. Transportation Security Laboratory Certification Readiness Testing (CRT) Management Plan; d. Transportation Security Laboratory Chemical Hygiene Plan; e. Transportation Security Laboratory Hazard Communication Program; f. Transportation Security Laboratory Occupant Emergency Plan; and g. DHS Directive 012-01: Intellectual Property. C.5 Performance Requirement Summary The potential BPA includes a Performance Requirements Summary (PRS) as outline in Section C.9 : Performance Requirement Summary. The PRS plays an integral role in the administration of the BPA. The PRS will serve as the primary tool for inspection and acceptance of services as facilitated by the Contracting Officer's Representative (COR). The PRS constitutes a material aspect of the BPA and will not be changed or otherwise modified without prior written approval of the Contracting Officer (CO). C.6 Specific Requirements/Task Areas There are three task areas the contractor shall perform: Task Area one (1): Applied Research and Development in Support of Test and Evaluation of the main product areas and test and evaluation of new products and technologies; Task Area two (2): Developmental Test and Evaluation for DT&E; and Task Area three (3): Applied Research and Development of new technologies and products for Detection, Mitigation and Vulnerability Assessment. As such the Government encourages the contractor to develop and institute innovative and cost effective methods of performing work to achieve the desired results and outcome according to the Government's need. Task orders will be issued and awarded within scope of any of the following outlined tasks and could be a combination of the task area one, task area two, and task area three. The Contractor shall provide subject matter experts (SME) as specified in task order assignments. Labor, travel, and materials will be delineated in each task order award, as needed to support the mission of the specific product area or technology. C.6.1 Task Area One (1): Applied Research and Development in Support of Test and Evaluation Areas and Test and Evaluation of New Products and Technologies Applied Research and Development provides support for the direct test and evaluation efforts that generate data to support the development of detection technologies. This is accomplished by producing or procuring explosive materials for the applied research of detectability characterization. This characterization information is collected across the various disciplines of the TSL to generate knowledge documents regarding detectability. This information is then applied to develop test articles and methods to support test and evaluation. C.6.1.1 This task area provides the applied research and development for support of test and evaluation of product areas at the TSL. The product areas include, but are not limited to: a) Checkpoint systems 1. Personnel screening 2. Baggage screening 3. Bottle screening 4. Other material and object screening b) Checked baggage systems c) Cargo systems d) Aircraft vulnerability assessment and mitigation e) Advanced security detection systems f) Support work in other modalities (transportation or non-transportation components) C.6.1.2 The support of T&E in these product areas requires applied research to develop/perform and when appropriate, improve: a) Measurement of the fundamental properties of explosives, weapons, and benign materials or contraband in support of bulk, trace, or other modalities of detection for the development of materials and methods for testing and assessment b) Test articles c) Test standards d) Test simulants e) Test phantoms f) Image quality phantoms and articles g) Calibration Standards h) Small Scale Safety Testing of energetic materials i) Literature searches j) Analytical tools and methodology k) Assessment protocols l) Explosive effects and equivalency studies; including explosives safety characterization and analysis m) Human interaction, performance evaluations, and usability assessments for testing and evaluation of systems n) Analysis of current and new technologies and systems o) Transfer of knowledge via training and demonstrations upon request from the technical monitor C.6.1.3 Typically, work associated with Task Area one (1) shall include: a) Bulk explosives detection characterization (incorporating X-Ray and Neutron and Gamma Ray Inspection facilities); b) Performance of unique research and development support, evaluation and deployment of bulk nonintrusive inspection, and explosives or other chemical or contraband detection methods; c) Improvement in the detection of concentrated masses of energetic materials while simultaneously decreasing false alarms; d) Materials characterization to the development and testing of detection technology; and e) Development of next generation system requirements and development of advanced image processing and reconstruction methods. f) Trace Explosives Detection characterization (incorporating Trace standards development and trace contamination studies) 1) Develops, validates, and supports techniques for the testing of detecting trace amounts of explosives (picograms to microgram), including systems developed for screening of persons, luggage, cargo, and vehicles. 2) Creates new test articles and procedures, and for the optimization of existing technologies, while providing quality tools and standards to domestic and international security agencies. g) Electromagnetic studies of explosives 1) Measurements and studies of the interaction of electromagnetic radiation with weapons, explosives, and contraband; 2) Research capabilities for examining the interaction between electromagnetic energy and explosives, metals, and other materials; 3) Database development of dielectric and signatures of explosives and innocuous materials of interest to transportation; and 4) Studies of propagation and reflection in the Gigahertz (GHz) range from suicide bombers and their improvised explosive devices. h) Explosives effects and characterization 1) Fundamental research to characterize improvised explosive devices (IED) and their effects on structures; 2) Research programs designed to test, analyze, and model the explosive energy release of ideal and non-ideal energetic materials and the corresponding response of targeted structures; 3) Research, engineering, development, test and evaluation support in explosives as well as explosives effects characterization and blast mitigation to the TSL and its customers; and 4) Small scale safety testing and characterization of explosives. i) Explosives simulant design and development 1) Development of non-explosive surrogates for energetic materials to support the development and validation of explosive detection systems (EDS), and the training and testing of EDS operators; 2) Development of "safe-to-handle" explosive simulants to support the development and validation EDS and the training and testing of EDS operators; 3) Data collection and experimentation; development of standard operating procedures; and Development of threat simulant materials; limited production of test articles and documentation and publication of procedures, methods, data and findings. C.6.1.4 Work conducted within the scope of Task Area one (1) includes, but is not limited to: a. Experimental Studies Investigating Detectability Characteristics of Explosives: The TSL supports development and validation of technologies for detection of explosives, including systems developed for screening of persons, luggage, packages, and vehicles. In order to provide this support it is necessary to understand the characteristics of the explosive materials that make them detectable. Studies associated with detectability require in-house applied research and development of detectability characterization. This characterization information is collected across the various disciplines of the laboratory to generate knowledge documents regarding detectability including: 1) Small Scale Safety Testing a) Electrostatic Discharge Testing b) Friction Testing c) Impact Testing (Hammer Drop) d) Thermal Stability Testing 2) Explosives and Trace Analytical Chemistry Testing: a) Mass Spectrometry Interrogation b) Headspace Solvent extraction c) Headspace capture/extraction d) Gas/ion chromatography e) Liquid chromatography 3) Physics-based Characteristics Testing: a) MicroCT b) X-ray diffraction/backscatter c) Density measurements d) Elemental analysis e) The use of free space horns (50-500 GHz), resonator for materials with low absorption coefficients, cavity (0.2 - 2 GHz) and a coaxial probe (200 Megahertz (MHz) - 50 GHz) for liquids and materials with large absorption coefficients. 4) Contamination Studies: Quantization of trace residues left behind from bulk explosives in various environments. This information is then applied to develop test articles and test methods to support test and evaluation. Test Article and Test Phantom Development: The TSL's primary emphasis remains in developmental test & evaluation of contraband detection technologies. In supporting this mission the TSL routinely develops surrogates of threat materials that replicate characteristics found in the actual threats, and develops test tools, phantoms, and jigs that assist and enhance our abilities to develop effective test procedures for performance characteristics and quality control. 1) Threat Surrogate Development: Generally, the threats of interest associated with TSL's mission may in some cases contain materials that we consider "not safe to handle". To mitigate these risks, the TSL develops threat surrogates that mimic the salient physics and/or chemistry-based characteristics of threats so that detection technologies can be robustly tested without undue risk being placed on the testers. 2) Test articles/test phantoms: Because of inherent dangers in some of the testing conducted by TSL, as well as the need to robustly replicate a given scenario a significant number of times, specialized test articles and test phantoms are regularly developed to serve as an imitation or representation of a certain threat article, threat condition, or performance characteristic associated with the technology being tested. Examples of test phantoms that have been developed include, but are not limited to: a) Image quality phantoms b) Human body phantoms c) Oversize bag phantoms d) Overmass phantoms e) Clutter phantoms f) X-ray attenuation phantoms 3) Test Standards Development & Test Methodology: As new threats and new interferents are identified, appropriate standards of bulk and trace quantities of these items need to be created so as to provide a standardized scenario to a given technology under repeatable testing conditions. Additionally, test methodologies associated with how to present the threats to the technologies being tested must be developed and a standardized process created to ensure testing conducted in scientifically and statistically defensible. C.6.1.5 The Contractor shall conduct various tours and demonstrations of work areas as requested by the TSL. C.7 Task Area Two (2) Developmental Test and Evaluation (DT&E) DT&E provides the direct assessment of the efficacy of detection equipment for homeland security. The results from this effort are used by industrial partners to optimize and improve equipment; and by customers, such as the Transportation Security Administration (TSA), to inform decisions on technology and deployments; and provide input to the IT&E Director for readiness of a particular product for qualification or certification as a step towards an acquisition action by a customer. C.7.1: The DT&E effort is arranged into product areas that include: a) Checkpoint systems 1. Personnel screening 2. Baggage screening 3. Bottle screening 4. Other materials and objects which may pass through a controlled checkpoint b) Checked baggage systems c) Cargo systems d) Vulnerability Assessments and Mitigation e) Advanced security detection systems f) Support work in other security or non-transportation areas C.7.2: The Contractor shall provide the necessary SME, management, and support to conduct DT&E as detailed in individual task orders. The operations necessary to complete the task orders include: 1. Test plan generation, and scheduling. 2. Test article fabrication, preparation, maintenance, and inventory control 3. Detection equipment maintenance support 4. Technical evaluation of systems 5. Determinations of limits of detection 6. Determinations of probabilities of detection and false alarm 7. Vulnerability testing and special operations studies 8. Data collection, analysis, validation, logging, and management 9. Testing and evaluation of prototype or early development security systems 10. Human factors studies to improve human/machine interface, usability, and performance 11. Regression testing 12. Explosive handling, explosives threat article preparation 13. Safety protocol and training for TSL operations 14. Assistance with configuration management operations of TSL 15. Generation of final reports and debriefs to be shared with technology vendors and TSL customers 16. Design optimization studies to improve performance C.7.3: TSL's developmental, test and evaluation (DT&E) activities include participating in requirements development, developing appropriate experimental designs to understand performance characteristics and system strengths/weaknesses, and evaluating novel or improved technologies. To support this work, the TSL has developed a Stage-Gate process called the Technology Optimization Partnership (TOP) process. The TOPs process provides requirements-based information to technology developers through the DT&E group's rigorous test, evaluation and extensive subject matter expertise. A range of partnerships have been created to accommodate system developers at different stages of technological readiness. The three types of partnerships are: Exploratory TOPs (eTOPs): For early proof-of-concept, feasibility, or laboratory experiments. Exploratory TOPs are envisioned for early proof-of-concept assessments, feasibility evaluations, or laboratory experiments. TSL SMEs will provide guidance to the partner to maturation and optimization of the technology. TSL test personnel may perform research to develop focused test articles with which to effectively evaluate the system. The entrance criteria for an eTOP include: Results of breadboard or lab testing that shows system feasibility, demonstration of the availability of "pop-up" operational support by the partner if need be, and a management document. Once an eTOP project has been agreed upon, a test plan will be developed that will specify the intended measures of performance. Depending on the nature of the partnership, TSL may develop a test plan for the technology partner to execute, thus providing guidance on anticipated stumbling blocks and intended test goals. In other cases, TSL may develop a test plan jointly with the technology partner, or TSL may develop an internal test plan (e.g. for laboratory experiments). TSL will conduct the assessment, involving data collection efforts supported by Government facilities and/or personnel to help guide the partner. In addition, TSL SMEs will help identify pitfalls and areas where the partner should focus development efforts. Exploratory TOP efforts can range from one (1) to sixty (60) business days. A system will exit eTOP when it has completed the testing described in the jointly developed test plan, and when TSL has provided briefings and a report to the partner and government sponsors on the test outcome, observations and recommendations. Depending on the nature of the contract (e.g. CRDA) developed, legal review of the briefings and report will also occur. In addition, TSL may provide additional sensitive information to the government sponsor, as required. Certification Readiness Assistance (CRA): For partners providing working prototypes or production ready systems who wish to receive T&E data and development guidance. Partners with working prototypes, production ready or COTS systems who wish to receive T&E data and development guidance may enter into TOPs CRA. CRA will consist of a general evaluation, data collection, and range finding to help determine the technology's limit of detection (LOD). CRA may or may not be correlated to any particular acquisition, certification, or qualification window. The entrance criterion is a management document (e.g. a test plan). CRA activities will include a holistic evaluation of the system, appropriate requirements-driven testing, range finding / data collection to define limits of detection and review of relevant human factors considerations. The TOPs CRA may define a spiral development approach to support technology maturation to include baseline test and up to three regressions. Data collection may include, for example, collection of images so the technology partner can develop detection algorithms. Range finding can include a determination of the LOD. This will enable TSL to suggest areas of improvement to the partner if certain LODs are not low enough for the anticipated end user. In addition, the LODs can be reported to the government sponsor, who may use the LOD data to determine whether the technology can serve a DHS component by matching those LODs to the component's detection requirements. Test data and information will be provided to the partner in order to provide development assistance via guidance as well as to government sponsors. The duration for a TOPs CRA will be twenty (20) to sixty (60) business days. The exit criteria for a TOPs CRA will be met when test and data collection activities are completed and TSL has provided briefings and a report (after any legal review relevant to the contract involved) to the partner and government sponsors on the test outcome, observations and recommendations. In addition, TSL may provide additional sensitive information to the government sponsor, as required. Certification Readiness Testing (CRT): For partners involved in a certification or qualification window. CRT is designed for partners involved in a Certification, Qualification or other acquisition window. In general, as part of the readiness testing process, the government solicitation will involve selection of potential partners to attend an Industry Day at a time to be determined, after which they will submit Data Packages (DPs) to the government. TSL's Independent Test and Evaluation (IT&E) group will evaluate the DPs for initial approval; if approved, the entrance criteria are considered met and IT&E will request that the device be delivered to the Development Test and Evaluation (DT&E) group for CRT. CRT will involve evaluation of the system's detection sensitivity determined at or near the threat level specified by the qualification/ certification requirement. The partner and government sponsor will be informed of the results, and the test data will be appended by the technology partner to the acquisition DP that is submitted for the procurement window. CRT activities may take between five (5) and one hundred and twenty (120) business days. The exit criteria for CRT will be met when test and data collection activities are completed and TSL has provided briefings and a report (after any legal review relevant to the contract involved) to the partner and government sponsors. TSL may provide additional sensitive information to the government sponsor, as required. C.8 Task Area Three (3) Applied Research and Development of New Technologies and Products for Detection, Mitigation and Vulnerability Assessment C.8.1 Applied research and development for detection, mitigation and vulnerability assessment addresses the need to support new technologies being prepared for entry into the DT&E phase. Additionally, it encompasses the exploitation of emerging science, engineering, and technology to enable the invention and development of new technology, and for the assessment of new techniques, material parameters, or threat vectors. This task area is focused on providing the baseline support for addressing the current and future needs of customers. The future needs are predicated on the expert knowledge base of TSL personnel and their ongoing monitoring and observation of emerging science and technology for homeland security. C.8.2 The applied research and development includes the main technical approaches to detection. These include bulk and trace detection, and vulnerability assessment and blast mitigation. There are no restrictions placed on the technology used for these efforts and any physics, chemistry, engineering, or human factors approach may be called out in individual task orders under the scope for Task Area 3. C.8.3 The Contractor shall provide personnel and support for applied research and development for detection, mitigation, and vulnerability assessment, including: 1. White papers on inventions and new science, technology, systems, or assessments 2. Material properties and analysis 3. Designs for proof of concept studies 4. Support of requirements definition 5. Computer simulation 6. Threat, simulant, and interferent development, identification and fabrication 7. Modeling and analysis 8. Analytical tools 9. Advanced measurement systems and tools 10. Advanced testing tools, test articles, phantoms, and simulants to meet the T&E needs of next generation security systems 11. Human factors studies to improve human/machine interface, usability, and performance These lists are not inclusive, but can expand to cover other activities that expedite and provide the support to R&D, DT&E and feed into IT&E for completing the necessary customer assignments. C.9 Performance Requirements Summary (PRS). The PRS establishes key elements of Contractor performance that represent "mission essential" service requirements, which are identified in the table below in the "Service Output" column. The "Performance Objective" column represents the standard against which Contractor performance will be measured in relation to accomplishment of the corresponding service output. The performance objective or "standard" describes the minimum acceptable level of service by the Contractor for satisfactory performance. The "Acceptable Quality Level (AQL)" column displays the maximum allowable deviation from the performance objective, which, if exceeded, evokes the negative incentive specified in the table below. Each task order issued under this BPA may include more specific performance objective requirements. The information in this section represent the range of objectives that may be required as ordered by the BPA Task Order Contracting Officer via individual task orders. C.10 Security A. The BPA Holder shall need to review classified data up to the SECRET level. All BPA Holder personnel shall be able to obtain a SECRET clearance. All deliverables shall be unclassified. However, some deliverables may contain Sensitive Security Information (SSI), and the BPA Holder shall ensure they are marked properly. FAR Clause 52.204-2 (Security Requirements AUG 1996) is incorporated into this Statement of Work. FAR 52.204-2 Security Requirements. (AUG 1996) (a) This clause applies to the extent that this contract involves access to information classified "Confidential,""Secret," or "Top Secret." (b) The Contractor shall comply with- (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); and (2) Any revisions to that manual, notice of which has been furnished to the Contractor. (c) If, subsequent to the date of this contract, the security classification or security requirements under this contract are changed by the Government and if the changes cause an increase or decrease in security costs or otherwise affect any other term or condition of this contract, the contract shall be subject to an equitable adjustment as if the changes were directed under the Changes clause of this contract. (d) The Contractor agrees to insert terms that conform substantially to the language of this clause, including this paragraph (d) but excluding any reference to the Changes clause of this contract, in all subcontracts under this contract that involve access to classified information. (End of clause) B. Contractor access to classified information may be required under this PWS. The maximum level of classification is Secret. Secret level safeguarding/storage is required at the contractor site. The details will be specified in a Department of Defense (DD) Form 254. FAR clause 52.204-2 Security Requirements Clause (prescribes requirements, restrictions, and other safeguards that are necessary to prevent unauthorized disclosure of classified information and to control authorized disclosure of information released by the US Government Executive Branch Departments and Agencies to their contractors; the proscribed Federal guidance is the National Industrial Security Program Manual [NISPOM]). C. All work being processed, stored or transmitted on AIS (Automated Information Systems) shall be accredited and certified per DHS IT Security Managerial Directive (MD) 4300 A Sensitive Systems Policy and the Federal Information Security Management Act (FISMA) of 2002. Contractors shall provide security documentation (Authority-To-Operate) to prove systems are accredited & certified. Additionally, such security documentation shall be maintained for inspection by the government at any time. Contractors must be able to provide current compliance & vulnerability scans as evidence with their security documentation. Contractors shall check with government IT Security representative to ensure their networks & systems are compliant w/DHS IT Security Policy. D. The contractor agrees to adhere to the procedures governing DHS IT Systems as outlined in DHS IT Security Program Publication DHS MD 4300. Contractors who fail to comply with Department security policy are subject to having their access to DHS facilities and IT systems terminated. E. All contractor employees using Department automated systems or processing Department sensitive data shall successfully complete periodic security awareness training provided by DHS. Contractor employees with access to classified information shall successfully complete specialized training provided by DHS. The level or training shall be commensurate with the individuals' duties and responsibilities and is intended to promote a thorough and consistent understanding of the principles and concepts of IT security. Contractor employees shall not attach (physically or electronically) any unauthorized device to any device on the DHS Network. The COR will provide contractor employees with a demonstrated need with an Iron Key USB flash drive. The contractor employee shall return the Iron Key USB flash drive to the COR when the need for it ceases to exist. F. Contractor IT systems that store FOUO information shall be certified and accredited for operation in accordance with federal and DHS standards. Laptop computers and other media containing FOUO information shall be stored and protected to prevent loss, theft, unauthorized access, or unauthorized disclosure. Storage and control shall be in accordance with DHS IT Security Managerial Directive (MD) 4300 A; Sensitive Systems Policy and the Federal Information Security Management Act (FISMA) of 2002 (consult the DHS Information Technology Security Program Handbook for Sensitive Systems, Publication 4300A, for more detailed information). ATTACHMENT 2 - PERFORMANCE WORK STATEMENT (Small Business Set-Aside) Trace Standards Production and Simulant Production Science and Technology Directorate Explosives Division Transportation Security Laboratory 1.0. GENERAL 1.1 BACKGROUND The U.S. Department of Homeland Security (DHS) is committed to using cutting-edge technologies and scientific talent in its quest to make America safer. The DHS Science and Technology Directorate (S&T) is tasked with researching and organizing the scientific, engineering, and technological resources of the United States and leveraging these existing resources into technological tools to help protect the homeland. The Transportation Security Laboratory supports this effort through providing scientists and engineers with knowledge, experience and expertise in all areas of contraband detection with an emphasis on explosives. The core mission is to enhance homeland security by performing research, development and validation of solutions to detect and mitigate the threat of explosive devices. The TSL is internationally recognized for its role in the production of standards, protocols, test articles, and threat simulants necessary for detection technology assessments. The TSL possesses research capabilities for examining the interaction between various forms of energy and explosives, metals, and other materials. Data and results will support the development of state-of-the-art explosive and weapon detection devices. TSL research capabilities extend to supporting the development and validation of machine and canine-based techniques for detection of trace amounts of explosives (picograms to microgram), including systems developed for screening of persons, luggage, packages, and vehicles. This support is provided via the production of trace test articles in a standardized manner according to TSL standard operating procedures. The TSL capabilities also include examining the interaction between various forms of energy and explosives, metals, and other materials through the production of threat simulant materials. 1.2 SCOPE The scope of this PWS includes the following activities: 1.2.1 Task 1 Trace Standards Production a. Preparation, maintenance, and quality control verification of existing TSL trace explosives standards b. Preparation of test substrates and test articles c. Documentation and publication of procedures, methods, data and findings d. Development of standard operating procedures 1.2.2 Task 2 Simulant Production a. Production of threat simulant materials b. Production of simulant related test articles c. Documentation and publication of procedures, methods, data and findings d. Development of standard operating procedures 1.3 OBJECTIVE The objective of this acquisition is to provide support services required by the DHS to support 1) The production of trace standards and test articles and 2) The bulk explosives area and the production of in-house simulants, simulated detonators and simulant related test articles using product specifications and processes established and documented at the TSL as applicable. Contractor shall perform production at the TSL or other agreed upon facility (with prior agreement and approval from the Contracting Officer) in accordance with established safety procedures. The Contractor may be required to perform production of simulants or proxy detonators for customers other than TSL that are within scope of this task order. 1.4 APPLICABLE DOCUMENTS 1.4.1 Compliance Documents The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this contract: • National Industrial Security Procedures Operations Manual (NISPOM) http://www.dss.mil/isp/fac_clear/download_nispom.html • 49 CFR 1520 Protection of Sensitive Security Information • TSL Standard Operating Procedures (SOP) • TSL Laboratory Safety Action Plans (LSAP) • TSL Safety Manual DHS/ST/TSL-10/108 • TSL Explosives Manual • DD254 1.4.2 Reference Documents The following documents may be helpful to the Contractor in performing the work described in this document: • TSL Publication Guidelines • DHS/S&T/TSL Document Format Templates The listed documents and the documents not included with the PWS will be accessible to all potential offerors via a secured reading room at the TSL. As such, request to access the secured reading room shall be coordinated via the CO for the RFQ. 1.5 PERFORMANCE REQUIREMENTS SUMMARY. This contract includes a Performance Requirements Summary (PRS) at PWS 11.0. The PRS plays an integral role in the administration of the contract. In addition to any applicable inspection clauses or other related terms and conditions contained in the contract, the PRS shall serve as a primary tool for inspection and acceptance of services as facilitated by the Contracting Officer's Representative (COR). Evaluation of the Contractor's overall performance shall be in accordance with the performance standards set forth in the PRS, and will be conducted by the COR. The PRS constitutes a material aspect of the contract and will not be changed or otherwise modified without prior written approval of the Contracting Officer. 2.0 SPECIFIC REQUIREMENTS/TASKS 2.1 Task 1 Trace Standards Production The contractor shall provide the necessary staff to support of ongoing trace standard and test article production operations. Quality controlled stock dissolved explosive solutions (DES) are used to create dissolved explosive working solutions (DEWS) which need to undergo quality control before they are applied to surfaces for testing. DEWS are also shared externally with collaborators and participants in the technology optimization partnerships (TOPs) process. 2.1.1 The contractor shall perform the following: a. Dissolution of bulk explosive and related materials into dissolved explosive solution (DES) with known concentrations b. Quality control of DES; regular quality control validation of DES concentrations using analytical techniques c. Dilution of DES for Dissolved Explosive Working Solution (DEWS) upon request for test and evaluation or research purposes d. Preparation of test substrates to include the procurement, preparation and quality control checks of the test substrates e. Preparation of Surface Quality Control (SQC) strips to include procurement, preparation, quality control checks and layout of strips in preparation for deposition of DEWS f. Deposition of DEWS onto SQC strips g. Transfer of knowledge via training and demonstrations upon request from the technical monitor h. Procure appropriate materials to support the activity as necessary (pipettes, balances, etc...) i. Provide trace standards to support other TSL programs as required by the federal Technical Monitor. j. Perform Equipment Calibration, Operation, Maintenance and Troubleshooting of all systems necessary for the production of trace standards. These include Analytical instruments such as GC, HPLC, IC, pipettes, balances, etc. 2.1.2 When the Government identifies a need for equipment and authorizes the purchase of equipment, the Contractor shall research, select, and procure test equipment in accordance with Federal Acquisition Regulations and configure, and make required operational test equipment available in the laboratory. All equipment that is to be acquired shall be directly related to the requirements of the Performance Work Statement and shall be coordinated with the Contracting Officer and Contracting Officer Representative (COR). All items purchased with Government funds shall become the property of the Government. See Section H.4 (Materials). 2.1.3 The Contractor shall be required to perform the checking of test equipment and taking corrective action when equipment is in need of service or recalibration. 2.1.4 The Contractor shall be required to maintain full cognizance of all safety protocols and ensure that all personnel and visitors under the Contractor's supervision adhere to these protocols. The Contractor shall inform TSL management when these protocols are inadequate to ensure the safety of persons and property. The contractor shall provide support to the government in the development of new or revised protocols. 2.1.5 The Contractor shall develop or participate in developing Standard Operating Procedures (SOPs) for recurring testing activities. 2.1.6 The Contractor shall perform standard quality control of materials and equipment. The Contractor shall store and track, via data log, raw materials and supplies. 2.1.7 The Contractor shall conduct various tours and demonstrations of work areas as requested by the TSL. 2.2 Task 2 Simulant Production The contractor shall provide the necessary staff to support of ongoing simulant and test article production. The technical monitor will assign specific tasking for simulant and test article production, and will provide the blueprints, quality control and quality acceptance levels. 2.2.1 The technical monitor will assign specific tasking for simulant and test article production, and will provide the blueprints, quality control and quality acceptance levels. Tasking will include the production of: • Pressed simulants for pressed/cast explosives • Liquid and solid simulants • Semisolid simulants for military and commercial explosives • High-fidelity simulants (targeted at specific explosives as opposed to groups of explosives) • Special formulations that match metrology features, such as flexural modulus • Simulants that match complex Dielectric constant • Solid non-conventional explosive precursor simulants (strong oxidizers). • Simulants that match X-ray attenuation and/or backscatter • Multi-technology simulants, e.g. X-ray/millimeter wave, X-ray attenuation/X-ray diffraction. • Proxy-detonators • Specialized raw simulant dimensions and packaging based on customer requests • Improved methods to manufacture simulant composition • Purchase and use of commercially available simulants and/or inert detonators depending on availability of simulants and proxy detonators that meet requirements • Specific improvised explosive device packaging based on customer requests • Inventory control and processing of raw ingredients and returned materials • Specialized test articles for other technology modalities, such as "mock-blocks" for metal detectors. 2.2.2 The contractor shall provide documentation that substantiates simulant validity for each simulant. 2.2.3 The contractor shall provide technical drawings for each unique specialized packaging and/or (inert) improvised explosive device. 2.2.4 When the Government identifies a need for equipment and authorizes the purchase of equipment, the Contractor shall research, select, and procure test equipment in accordance with Federal Acquisition Regulations and configure, and make required operational test equipment available in the laboratory. All equipment that is to be acquired shall be directly related to the requirements of the Performance Work Statement and shall be coordinated with the Contracting Officer and Contracting Officer Representative (COR). All items purchased with Government funds shall become the property of the Government. See Section H.4 (Materials). 2.2.5 The Contractor shall be responsible for checking test equipment and taking corrective action when equipment is in need of service or recalibration. 2.2.6 The Contractor shall be required to maintain full cognizance of all safety protocols and ensure that all personnel and visitors under the Contractor's supervision adhere to these protocols. The Contractor shall inform TSL management when these protocols are inadequate to ensure the safety of persons and property. The contractor shall provide support to the government in the development of new or revised protocols. 2.2.7 The Contractor shall develop or participate in developing Standard Operating Procedures (SOPs) for recurring testing activities. 2.2.8 The Contractor shall perform standard quality control of materials and equipment. The Contractor shall store and track, via data log, raw materials and supplies. 2.2.9 The Contractor shall conduct various tours and demonstrations of work areas as requested by the TSL. 2.2.10 The Contractor shall transfer of knowledge via training and demonstrations upon request from the technical monitor. 3.0. CONTRACTOR PERSONNEL 3.1. Qualified Personnel The Contractor shall provide qualified personnel to perform all requirements specified in this PWS. 3.2 Key Personnel Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgment from the Contracting Officer. The following Contractor personnel are designated as Key for this requirement. Note: The Government may designate additional Contractor personnel as Key at the time of award. Project Manager (Key Personnel) The Proposed staff must possess the scientific expertise to execute the scope of work delineated in this PWS. Required qualifications and job experience for the Project Manager is identified in Attachment II, (Recommended Labor Category Descriptions and Basic Qualifications). 3.3 Project Manager 3.3.1 The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this PWS. The Project Manager shall be a single point of contact for the Contracting Officer and the COR. The name of the Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. The Project Manager is further designated as Key by the Government. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this contract. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior acknowledgement from the Contracting Officer. The Project Manager shall be available to the COR via telephone between the hours of 7:30 am and 5:30 pm EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 2 hours of notification. 4.0 OTHER APPLICABLE CONDITIONS 4.1. SECURITY AND SUITABILITY 4.1.1 Contractor access to unclassified, but Security Sensitive Information may be required under this SOW. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination. Contractor access to classified information is required under this SOW. The maximum level of classification is Secret. The details will be specified in a Department of Defense (DD) Form 254. See Attachment VI. FAR 52.204-2 Security Requirements. (AUG 1996) (a) This clause applies to the extent that this contract involves access to information classified "Confidential," "Secret," or "Top Secret." (b) The Contractor shall comply with- (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); and (2) Any revisions to that manual, notice of which has been furnished to the Contractor. (c) If, subsequent to the date of this contract, the security classification or security requirements under this contract are changed by the Government and if the changes cause an increase or decrease in security costs or otherwise affect any other term or condition of this contract, the contract shall be subject to an equitable adjustment as if the changes were directed under the Changes clause of this contract. (d) The Contractor agrees to insert terms that conform substantially to the language of this clause, including this paragraph (d) but excluding any reference to the Changes clause of this contract, in all subcontracts under this contract that involve access to classified information. (End of clause) 5.0 DELIVERABLES Refer to Section F, F.9. ATTACHMENT 3 DEPARTMENT OF HOMELAND SECURITY (DHS) Instructions for Industry Day Participants I. Restrictions: Participation is restricted to US Citizens with a maximum delegation of three representatives per company. The Government may restrict participation to a smaller delegation if attendance demands exceed TSL capacity. There will be no exchange of classified information at Industry Day and no security clearance will be required. Participants will be asked to sign non-disclosure forms. II. Registration: All participating organizations must complete and submit the attached registration form by Tuesday August 16, 2016. The Government may restrict participation to the primary representative if demand exceeds TSL capacity to host visitors. Submit registration forms by e-mail to: Ms. Donna Rogers, 609-813-2889 Email: Donna.rogers@hq.dhs.gov III. Visitor Directions: Directions to the William J. Hughes Technical Center (WJHTC) are provided in a separate attachment. All visitors MUST stop at the WJHTC Security Operations Center (SOC). Entrance to the WJHTC is two lanes. Just prior to the main entrance gate you will BEAR RIGHT into the SOC parking lot, enter the SOC and check-in at the security desk. Please have a photo ID or a US passport. You will be advised on how to proceed to the Transportation Security Laboratory (TSL) Building #315 via the FAA Shuttle van. At the TSL, you will be asked to sign-in again. You will be given name badges at registration, if you choose to wear them and disclose your identity to other participants. IV. Dress Code: Business Casual. V. Food and Water: There are vending machines (snacks and drinks) in a small break room within the TSL as well as a water fountain. You are welcome to bring outside food and drink. There is also a convenience food store (Wawa) within one mile of the TSL facility. No lunch break is intended. VI. Valuables: There will be unsecured areas where you may leave personal items, but TSL cannot store or take responsibility for valuables. VII. Visitor Assistance: For more visit information contact Ms. Donna Rogers. Questions about the solicitation will not be answered in advance of Industry Day. VIII. Registration Cancellation: If, after submitting your registration for the TSL Industry Day, you or any of the representatives are unable to attend, please notify Donna Rogers. INDUSTRY DAY REGISTRATION FORM For August 23, 2016 Instructions: Completed registration forms shall be submitted via email to donna.rogers@hq.dhs.gov and sharon.moore@hq.dhs.gov no later than 2:00 pm ET on Tuesday, August 16, 2016. If the number of registrants exceeds TSL's conference room capacity, attendance may be restricted to the primary representative only. All registration confirmations will be sent via email to the primary representative no later than Wednesday, August 17, 2016. Only confirmed representatives will be permitted onsite. Company Information Company Name: Address: 0 This company is a large business. 0 This company is a small business. If a small business, indicate the small business type/socio- economic classification: Primary Representative Name: Title: Phone: E-mail: 0 US Citizen 0 Will attend TSL Facilities Tour (only one representative) Other Representatives (max 2) Name: Title: Phone: E-mail: 0 US Citizen 0 Will attend TSL Facilities Tour (only one representative) Name: Title: Phone: E-mail: 0 US Citizen 0 Will attend TSL Facilities Tour (only one representative) Transportation Security Laboratory Research and Development Test and Evaluation Support Contract Industry Day Tuesday, August 23, 2016 9:00 a.m. Participant Registration and Safety Briefing Donna Rogers, Sharon Moore and Tom Jerdan 9:30 a.m. Welcome and Overview of the TSL Requirements, Technical Services Overview, and Questions and Answers Brian Krenzien - TSL Executive Director (Acting) and Business Office Manager Richard Lareau - TSL Technical Director (Acting) & Chief Scientist 10:00 a.m. Remarks and Overview of the Acquisition Process and Questions and Answers Jessica Wilson - Contracting Officer Phyllis Reaves - Contract Specialist 10:30 p.m. Tour of the TSL Facilities and area briefings Brian Krenzien Richard Lareau 12:30 p.m. General Questions and Answers (Q&A) Jessica Wilson Brian Krenzien Richard Lareau 1:00 p.m. Closing Remarks Brian Krenzien 1. The facility tour may be broken into two groups consisting of one primary company representative. The two tours will include the same content. 2. The participants are not permitted to leave the facility for lunch and return. Once participants leave the TSL facility, they will not be permitted back in for this event. 3. Participants must remain with TSL's escorts at all times. 4. Smoking is not permitted inside any building. Smoking is only permitted in designated areas. 5. Photography, video recording, and tape recording are not permitted at any time. DIRECTIONS TO THE WILLIAM J. HUGHES TECHNICAL CENTER SECURITY OPERATIONS CENTER (SOC)  Entrance to the WJHTC is two lanes. Just prior to the main entrance gate you will BEAR RIGHT into the Security Operations Center (SOC) parking lot, enter the SOC and check-in at the security desk. Please have a photo ID or US passport. FROM NEW YORK CITY AND NORTH JERSEY: Take Garden State Parkway (toll) south to Exit 44. Make right turn and stay on county route 575 for 4.7 miles (cross US-30) to fourth traffic signal. At county route 563 (Tilton Road) turn left and go about 2.5 miles to traffic circle, stay in right lane and proceed three-quarters plus around the circle. Follow sign to Passenger Terminal/William J. Hughes Technical Center. (*) OR: Garden State Parkway (toll) to Exit 38, off right (Philadelphia via Atlantic City Expressway) proceed to exit 9W (toll) turn right on county route 646 (Delilah Road), proceed to traffic circle about.5 mile, stay in right lane and continue three-quarters around the circle. Follow sign to Passenger Terminal/William J. Hughes Technical Center. (*) FROM WASHINGTON, D.C./ BALTIMORE, MARYLAND: Take I-95 North to I-295 and cross the Delaware Memorial Bridge (toll). After crossing bridge proceed east on US-40 (follow signs for Atlantic City). Continue for about 50 miles to intersection of US-322 (Black Horse Pike). A large shopping center and the Atlantic City Race Course will be on your left. Proceed about one mile on US-40/322, turn left at light on county route 646 (Delilah Road) and follow signs to FAA Technical Center and Atlantic City International Airport via Delilah Road. Continue for about 2.5 miles to traffic circle. Stay in right lane and go three-quarters around the circle. Follow sign to Passenger Terminal/William J. Hughes Technical Center. (*) FROM PHILADELPHIA, PENNSYLVANIA/CAMDEN, NEW JERSEY: Take the Walt Whitman bridge and/or route 42 (North-South Freeway) to the Atlantic City Expressway (toll). Depart expressway at Exit 9E, make left at end of exit ramp on county route 646, (Delilah Road) and proceed for.5 mile to traffic circle. Stay in right lane and go three-quarters around the circle. Follow sign to Passenger Terminal/William J. Hughes Technical Center. (*) OR: Take Walt Whitman Bridge and/or Route 42, North-South Freeway to US-40/322 for about one mile, turn left on county route 646 (Delilah Road) and follow sign to FAA Technical Center and Atlantic City Airport via Delilah Road. Continue for about 2.5 miles to traffic circle. Go three-quarters around the circle and follow sign to Passenger Terminal/William J. Hughes Technical Center. (*) FROM NORTHEAST PENNSYLVANIA/TRENTON-PRINCETON, NEW JERSEY: Take NJ Route 206 to Hammonton, NJ and intercept US-30 east for about 13 miles to Route #563 (Tilton Road). Continue on Tilton Rd to the traffic circle. Stay in right lane and go three-quarters around the circle. Follow sign to Passenger Terminal/William J. Hughes Technical Center. (*) FROM CAPE MAY, NEW JERSEY AND POINTS SOUTH VIA CAPE MAY-LEWES, DELAWARE FERRY Take Garden State Parkway north to Exit 38. Exit off ramp marked Philadelphia via Atlantic City Expressway, proceed to Expressway Exit 9W (toll) off right to county route 646 (Delilah Road), turn right, proceed to traffic circle about.5 mile, stay in right lane and proceed three- quarters around the circle. Follow sign to Passenger Terminal/William J. Hughes Technical Center. (*) FROM ATLANTIC CITY VIA US-30 (WHITE HORSE PIKE): Travel west on US-30 for about 6 miles. Make right turn on county route 646 (Delilah Road). In right lane, take first road off to the right from circle. Follow sign to Passenger terminal/William J. Hughes Technical Center. (*) FROM ATLANTIC CITY VIA EXPRESSWAY: Enter the Atlantic City Expressway via Arkansas and Atlantic or Arctic Avenues (near Convention Hall). Proceed through the toll plaza and exit at 9W (toll). Turn right off exit ramp on to county route 646 (Delilah road) proceed to traffic circle about.5 mile, stay in right lane and continue three-quarters around the circle. Follow sign to William J. Hughes Technical Center. If you are arriving by taxi please assure that the driver knows to go to the William J. Hughes Technical Center. (*) See detailed satellite picture below, yellow oval is the WJ Hughes Technical Center Security Operations Center (SOC) Visitors Center. It is on the right hand side of the road. You cannot go beyond this building as a visitor. In the red box on the satellite picture below is the Manned Guard Gate and you need to have a Badge to get thru. Visitors go thru the SOC and are transported via FAA Shuttle Van to various building on the base.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RDTEII2016/listing.html)
- Record
- SN04203595-W 20160803/160801235011-6be7d9eafe053411a821a95df6ea3ca5 (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 |