Professional Documents
Culture Documents
Page 1 of 5
General Information
DHS - Border and Transportation Security, Customs and Border Protection, Office of
Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
Description
Please read this entire notice carefully as it constitutes the only notice that will be issued regarding
the Department of Homeland Security, Customs & Border Protectiongs (CBP) SBInet 9 Advisory
Multi-Step Process. ¯ .
Customs and Border Protection intends to issue a Request for Proposal that may result in the
award of an indefinite deliver/indefinite quantity (IDIQ) contract. This contract is to provide
services, products and management needed to ensure accomplisl-nnent of the CBP SBInet
Initiative, to achieve border control through the optimum mix of staffing, infrastructure and
technology. The focus of SBInet is securing the land borders at and between the Ports of Entry
(POEs) of the United States of America and establishing a Common Operational Picture (COP)
within DHS. The Solicitation/Request for Proposal number has not yet been assigned.
documents applicable to this special notice will be available via the Internet at All
http://www.cbp.gov/xp/cgov/toolbox/contrtact/sbi net/.
Interested parties are invited to respond to this Special Notice, which is issued following the
procedures described under FAR 15.202. This method also correlates with use of a Statement of
Objectives for performance-based support under a single integration support contract for CBP?s
multi-year SBInet Program. Telephone requests for this Special Notice cannot be honored and
no prospective offerors list shall be maintained. Please note that no questions will be accepted
during Phase 1 of the Advisory Multi-Step Process, described below. The anticipated Request
for Proposal (RFP) (Phase 2) release date is March 31, 2006. Please ensure the reference
number and program title (U.S. Customs & Border Protection 9 Secure Border Initiative, SBInet)
is referenced on all correspondence. "
B. Agency Evaluations:
The Vendor Capability Statements will be evaluated based upon the areas and criteria identified in
the Vendor Capability Statements Instructions below. The agency will complete the Phase 1
advisory multi-step process without communicating with the vendors who provide submissions.
There will be no opportunity for questions during this phase.
C. Advisory Notifications:
CPB will issue advisory notifications stating that the respondent will either be invited to
participate in the resultant acquisition, or, based on the information submitted, the respondent is
unlikely to be a viable competitor. As explained in FAR 15.202(b), Advisory Multi-Step
Process, ??.The agency shall inform all respondents that, notwithstanding the advice provided by
the Government in response to their submissions, they may participate in the resultant
acquisition.?
CBP only expects capability statements from qualified prime contractors. The capabilities of any
potential sub-contractor(s) or partner(s) may be incorporated into a single capability statement.
Instructions: Firms should respond to the Presolicitation Notice by addressing the topics listed
below. The total page number should not exceed twenty-five (25), (excluding Vendor
Capability Forms and Relevant Experience Forms) and headings and topics may be consolidated
when practical.
1) Corporate History/Viability ? a brief description of the company, its services, its current
financial status, and its viability in support of a long-term initiative for SBInet.
2) Experience ?
i) Business: Identify up to three prime contract efforts that demonstrate your company?s
experience as an integrator and show your work with one or more of the following: U.S.
Department of Homeland Security; Department of Defense, Department of Energy or international
organizations involved in border control, air and coastal surveillance, communication and tactical
infrastructure; and/or the security industry.
ii) Relevant Past Performance: Identify up to three prime contract efforts of similar size,
scope, and complexity as the SBInet Program. Provide a summary of each contract using the
attached templates: (1) Vendor Capability Statement and (2) Relevant Experience Form. The
reference contracts can be with Federal, commercial or other customers.
similar to SBInet in the following areas: Efforts cited should be
(a) Infrastructure
(i) Experience constructing and/or deploying large physical infrastructure (e.g. perimeter
security, border control);
(ii) Experience conducting site acquisition (fee simple, lease, easement, etc.), feasibility
studies and design work, and construction activities for complex barrier systems, lighting systems
and personnel facilities;
(iii) Experience coordinating complex construction activities with federal government service
providers e.g. (U. S. General Services Administration, U.S. Army Corps of Engineers, Joint Task
(e) Legal and Regulatory Complexity ? Developing, integrating and implementing systems
that have, as their basis, statutes and regulations that require tracking, reporting, analyses and
follow-up activities.
iii) Technical Capability: Identify your company?s capabilities in the following technical
areas:
(a) CMMI: Program planning and management of large ?system of systems? at the CMMI
Level 3 or higher (indicate whether independently certified or self-certified)
(b) ISO Certification
(c) Large, distributed system development and deployment with experience in developing
software intensive surveillance, geographic information systems, communications and command
and control systems
(d) Operator Interface design with extensive experience in human factors engineering
iv) Performance-based Contracting: Identify your staff, s and companygs experience with the
following: ¯
(a) Working in a performance-based contracting environment that includes incentives and/or
disincentives
(b) Working with a customer to develop appropriate performance measures/metrics and then
evolving those measures/metrics over time.
Point of Contact
Ronald Rosenberg, Contracting Officer, Phone 202-344-2500, Fax null, Email SBInet@DHS.gov
Respondent:
2) Experience (Use this matrix for each of the prime contracts you cite that demonstrate
~ant
O experience)
~ ¯
~ .. , .......
b) Personnel:
c) Technology:
b) Personnel:
c) Technology:
b) Personnel:
c) Technology:
3) Performance-based Contracting
a) Describe experience and
accomplishments working
m a performance-based
contracting environment
and implementing
incentives/disincentives:
Company Name:
Referenced Contract:
Instructions: Offerors will complete the following worksheet for each contract provided as a reference. Please fill-in the
blocks as appropriate for each question. Limit narrative to brief, pointed responses, not to exceed 5 sentences per item.
Elaboration, if applicable, should be included in the Vendor Capability Form.
ITEM DESCRIPTION
1 Is the contractor the prime for the referenced effort? UANTITY NARRATP
2 What is the total contract value (e.g., price, task amounts and/or cost
9 Were all proposed key personnel available and started work upon
contract award?
10 Did the contractor work directly with other contractors who also
direct su_Ep_~ort to the client?
Does the contractor’s approach to systems integration include
implementing a service-oriented architecture strategy or similar
,?
12 Has the contractor integrated any command and control centers, C4
with central command centers?
13 Has the contractor standardized and integrated any command centers
to each other and other agencies? lfso, how many? (This includes
. and internet public access ~
14 Did the contract result in consolidating system interfaces
to those within CBP?
Did the contractor successfully implement and conduct a pilot test
that entailed an inte solution?
16 Has the contractor integrated networks and equipment that entailed
and authorizations to use?
What number of major program applications were developed and
SBInet Department of Homeland Security
Customs & Border Protection
ITEM DESCRIPTION
maintaine Lperiod? YES/NO UANTITY NARRATIVE
Does the contract require development of major systems and
applications that were highly diverse in border security, incursion
detection, marine assets, aerial assets, intelligence, law enforcement,
vehicle tracking and administrative databases?
19 Cite the number of major systems (i.e., mainframes and major
applications) requiring information exchange and interoperability
with other systems (include systems under the contract and external
to the contract_.q.~_.
20 Does the contractor meet Capability Maturity Model® Integration?