SOLICITATION NOTICE
J -- Pre-Solicitation Synopsis for Integrated Logistics Support (ILS) services
- Notice Date
- 4/25/2017
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
- ZIP Code
- 20598
- Solicitation Number
- HSTS04-17-Q-CT3014
- Point of Contact
- Lakisha E Brewer, , Lindsay Alexander,
- E-Mail Address
-
lakisha.brewer@tsa.dhs.gov, lindsay.alexander@tsa.dhs.gov
(lakisha.brewer@tsa.dhs.gov, lindsay.alexander@tsa.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Pre-Solicitation Synopsis The Transportation Security Administration (TSA) intends to solicit quotes on a full and open basis to perform Integrated Logistics Support (ILS) services for various types of detection equipment deployed by DHS at various airports, seaports, ports of entry, and locations across the country. The contractor will be responsible for the establishment, implementation, and maintenance of an Integrated Logistics Support (ILS) program to sustain Government Transportation Security Equipment (TSE) owned and operated by the Transportation Security Administration (TSA). Pursuant to FAR Part 12.102, TSA intends to solicit the requirement on a full and open basis. The North American Industry Classification System (NAICS) code for this acquisition is 811219 and the small business size standard for this NAICS code is $20.5 million dollars in annual receipts. All responsible sources under this size standard will be eligible to respond to this solicitation. TSA intends to award a firm fixed price, single award IDIQ contract with one (1) base ordering period and four (4) one-year option ordering periods, as well as a possible extension of performance not to exceed six months, on a competitive basis to one responsive and responsible Offeror. The apparent awardee shall be considered responsible as defined within the meaning of FAR part 9.104-1. It is anticipated that the solicitation will be issued on or about May 22, 2017 via modification and uploaded to this Pre-Solicitation Notice. Quotation preparation instructions and response deadlines will be provided in the solicitation. The anticipated award date is on or before September 30, 2017. Prospective Offerors are hereby notified that future information about this acquisition, including the solicitation and subsequent amendments, will only be available on the Federal Business Opportunities website www.fbo.gov. Prospective Offerors are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. Prospective Offerors offering a response to this notice must ensure that they are registered, active, and current in the Systems for Award Management (SAM) database http://www.sam.gov. A pre-proposal conference/webinar may be held soon after RFP release. Details of the event will be posted as soon as it is scheduled. This notice is not considered to be a commitment by the Government nor will the Government pay for information solicited. Requests for the solicitation will not be accepted. Please monitor the Federal Business Opportunities for the posting of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS04-17-Q-CT3014/listing.html)
- Record
- SN04484844-W 20170427/170425234940-dd2925d16ba1f635fd0cd2089117fbe7 (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 |