Virginia Bids > Bid Detail

Alarm Resolution Request for Information

Agency:
Level of Government: Federal
Category:
  • K - Modification of Equipment
Opps ID: NBD00159600819151848
Posted Date: Dec 2, 2023
Due Date: Jan 12, 2024
Source: https://sam.gov/opp/ce07c198b9...
Follow
Alarm Resolution Request for Information
Active
Contract Opportunity
Notice ID
TSA25-04-0398
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
TRANSPORTATION SECURITY ADMINISTRATION
Office
SECURITY TECHNOLOGY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 01, 2023 05:50 pm EST
  • Original Response Date: Jan 12, 2024 04:30 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: K063 - MODIFICATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Springfield , VA
    USA
Description

This is a Request for Information (RFI) for the Transportation Security Administration (TSA) Requirements and Capabilities Analysis (RCA) office regarding Alarm Resolution (AR) programs and initiatives.





The TSA’s RCA office is conducting market research to better understand what current and/or future technologies are available to provide AR solutions for airport checkpoint applications.






  • The information gathered from this survey will be used to gain a better understanding of industry interest and capabilities in meeting the TSA requirements. This will help the TSA determine if there are current or future technologies for delivering Alarm Resolution solutions for airport checkpoint applications.






  • This market survey is issued solely for market research, information, and planning purposes. This does not constitute a Request for Proposal (RFP) or any commitment or intent to issue an RFP or Broad Agency Announcement (BAA). This RFI does not commit the TSA to contract for any supply or service. The TSA is not seeking proposals at this time. Responders are advised that the TSA will not pay any costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP or BAA.

  • The response to this market survey will be used for informational purpose only and shall not be construed as a commitment or a promise to contract(s) or contracting instruments by the Government.






  • The information provided in this RFI is subject to change and is not binding on the TSA. All submissions become the property of the TSA and will not be returned.



Submission of Responses and Contact Information



Please follow the following response format:






    • The TSA requests a written response as outlined in this RFI, to address any or all of the questions in Attachment 2: Questions for Industry using information provided in Attachment 1: RHPED Objectives.

    • Responses should not exceed thirty (30) pages in total. The written response shall be in either Microsoft Word or PDF format.

    • Respondents should also include contact information should TSA have questions or want to hold further discussion.

    • Written responses shall be submitted via email no later than Friday January 12, 2024 at 4:30pm EDT to, and Toyia.Lewis@tsa.dhs.gov.

    • The email shall have the following in subject line: “RHPED Market Survey Response - [INSERT Your Business Name]”.

    • Important Note: The responder is not required to answer or comment on all content contained in this RFI in order to respond to this notice. Interested respondents are encouraged to share as many ideas and suggestions to all or some of the topics presented herein.









Responses to this RFI




  • The information submitted in support of this RFI must be submitted in writing to the points of contact identified below. Responses must have a cover letter that includes the following information:



      • Company’s Name












      • Company’s Address

      • DUNS Number

      • Company’s Size and Socio-Economic Status information

      • Technical Point of Contact(s) (Name, title, email, and phone number)

      • Contracting Point of Contact(s) (Name, title, email, and phone number)









The following sections provide a recommended outline for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the Government.





Section 1 – Corporate Expertise (1-2 pages)




  • Provide relevant details on how you have provided the same or similar services to other Government organizations within the last three (3) years. Relevant details to the TSA acquisition(s) should include, but not be limited to, contract value, the contract number, agency, responder performing as a prime or subcontractor, size and length of the effort, type of pricing and/or cost, the kinds of factors used to evaluate performance; the kinds of performance incentives; the kinds of performance assessment methods; the qualifications of the people performing the services; and any unique terms and conditions, that can demonstrate the respondent’s abilities and capacity to meet. Additionally, briefly describe the company, products and services, history, ownership, financial information, business size, and other information deemed relevant.





Section 2 – Capabilities and Conceptual Alternatives (Not to exceed 20 pages)




  • The Government is interested in understanding the capabilities that are available to address concepts described in Attachment 1: RHPED Objectives, Section 3.0 of this RFI. The Government is also interested in conceptual alternatives or innovations for concepts described in the Objectives section. TSA encourages creativity, efficiencies, innovation, and alternate approaches to meeting TSA’s AR mission.





Section 3 – Experience (1-3 pages)




  • Describe up to three key projects the company has participated in that are similar in size, scope, and complexity to the TSA environment. Briefly describe the customer environment, application solution designed/implemented, project management methodology, security requirements, best practices implemented, and relevant lessons learned. In addition, vendors should indicate their General Services Administration (GSA) Federal Supply Schedule (FSS) contract number, if applicable. While not required, experience within the Federal Government arena should be provided if applicable, including experience with Federal requirements/standards as well as certification and accreditation (C&A) processes for systems to achieve authority to operate (ATO).





Disclaimer




  • This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Response(s) may be releasable to the public under the Freedom of Information Act (FOIA), 5 U.S.C. 552, and the DHS FOIA regulation, 6 C.F.R. Chapter 1 and Part 5. Therefore, please segregate and mark proprietary information. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.

  • Please be advised that all submissions become the property of the Federal Government, and will not be returned. The Government will not return or pay for any information provided in response to this announcement; no basis for a claim against the Government shall arise as a result of a response to this notice or Government use of any information provided. Responders are solely responsible for all expenses associated with responding to this announcement

  • Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.





Required Information




  • TSA is interested in information and feedback from all parties, including manufacturers as well as those researching system components and subsystems. All questions are located in (Attachment 2- Questions for Industry)





List of Attachments



Attachment 1 - RHPED Objectives



Attachment 2 - Questions to Industry




Attachments/Links
Contact Information
Contracting Office Address
  • 6595 Springfield Center Drive
  • Springfield , VA 20598
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 01, 2023 05:50 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >