Search Contract Opportunities

TSA Leadership Institute   3

ID: 70T01023R7670N018 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: April 26, 2023, 7:40 a.m. EDT

Amendment A0003 posted on 04/26/2023:

The following applies only to Offerors that successfully submitted Phase I proposals and are recommended to proceed to Phase II. The purpose of solicitation amendment A0003 is to:

1. Revise Attachments 6 and 7, under "Factor 2 Technical Approach (Oral Presentation)," to correctly state the schedule of study must be spoken orally to be evaluated and Offerors will not be allowed to present in table format.
2. As stated in the Phase I Advisory Notice, the Phase II written proposal is due no later than 05/19/2023 at 12:00 p.m. local time (Washington, D.C.). The scheduled date and time for the Phase II Oral Presentation was provided via email with the Rules of Engagement on 04/24/2023.

***********

Amendment A0002 posted on 03/30/2023:

The purpose of solicitation amendment A0002 is to:

1. Revise Attachment 6 Instructions

2. Revise Attachment 7 Evaluation

************

Amendment A0001 posted on 03/30/2023:

The purpose of solicitation amendment A0001 is to:

  1. Provide answers to Offeror questions.
  2. Revise Attachment 1 Statement of Work.
  3. Revise Attachments 2-5 and 10.
  4. Revise block 10 of the SF 1449.
  5. Revise Attachment 6 Instructions to Offerors.

************

Base solicitation posted on 03/10/2023:

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and the detailed solicitation is attached.

Synopsis:

TSA has a requirement to procure services for developing and updating TSA Leadership Institute (TSA-LI) curriculum. TSA-LI will provide a comprehensive and systematic means of preparing supervisors and managers for increased levels of responsibility within TSA. TSA-LI will support the mission-focused professional development of H-band through L-band (GS12 through GS15 equivalent) and TSES members to maintain leadership competencies. TSA-LI will provide progressive academic programs of study designed to strengthen operations. Strong partnerships across governments and industry will be integral to success in this shared transportation security mission to cultivate strong abilities in the Office of Personnel Management's (OPM) Executive Core Qualifications (ECQs): Leading Change, Leading People, Results Driven, Business Acumen, and Building Coalitions/Communication. The Statement of Work (SOW) stipulates the contractor shall be an Institute of Higher Education (IHE). The IHE must be accredited by an accrediting organization recognized by the United States Department of Education or the Council for Higher Education Accreditation.

Solicitation:

(ii) The solicitation number is 70T01023R7670N018 and this is a Request for Proposal (RFP).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01

(iv) This solicitation is for full and open competition and not a small business set aside. The NAICS code is 611430 - Professional and Management Development Training.

(v) A list of line item number(s) and items, quantities, and units of measure, including options are listed in the schedule, see attached RFP 70T01023R7670N018.

(vi) Description of requirements for the items to be acquired. See attached RFP 70T01023R7670N018.

(vii) Date(s) and place(s) of delivery and acceptance and FOB point. See Attached RFP 70T01023R7670N018.

(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and see RFP 70T01023R7670N018, Attachment 6 Instructions to Offerors.

(ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition and see RFP 70T01023R7670N018, Attachment 7 Evaluation Methodology and Evaluation Factors.

(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, with Alternate I, applies to this acquisition, is incorporated by reference and there is no addenda to the clause.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition.

(xiii) Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are provided at RFP 70T01023R7670N018.

(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.

(xv) The date, time and place offers are due is stated at RFP 70T01023R7670N018, Attachment 6 Instructions to Offerors.

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation, is stated at RFP 70T01023R7670N018, Attachment 6 Instructions to Offerors.

Posted: March 30, 2023, 3:35 p.m. EDT
Posted: March 30, 2023, 9:09 a.m. EDT
Posted: March 10, 2023, 3:33 p.m. EST
Background
The Transportation Security Administration (TSA) within the Department of Homeland Security (DHS) protects the nation’s transportation systems to ensure freedom of movement for people and commerce. TSA created the 2018-2026 TSA Strategy that will guide the workforce through TSA’s 25th anniversary. This document identifies the following three strategic priorities: (1) Improve Security and Safeguard the Transportation System, (2) Accelerate Action, and (3) Commit to Our People. The Administrator’s Intent facilitates the implementation of the Strategy by outlining more specifically how TSA will work towards its strategic priorities through 2022. Successfully executing this strategy requires the commitment of TSA’s dedicated workforce and partners.

Work Details
The solicitation is for developing and updating TSA Leadership Institute (TSA-LI) curriculum. The contractor shall provide comprehensive and systematic means of preparing supervisors and managers for increased levels of responsibility within TSA. The curriculum will support mission-focused professional development of H-band through L-band (GS12 through GS15 equivalent) and TSES members to maintain leadership competencies. The contractor shall be an Institute of Higher Education (IHE) accredited by an accrediting organization recognized by the United States Department of Education or the Council for Higher Education Accreditation.

Period of Performance
The contract type is a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year ordering period from 08/01/2023 to 07/31/2028, without the requirement to exercise options. Task orders may be awarded at any time during this period, and the task order Period of Performance (POP) shall not extend beyond 07/31/2029.

Overview

Response Deadline
April 10, 2023, 12:00 p.m. EDT Past Due
Posted
March 10, 2023, 3:33 p.m. EST (updated: April 26, 2023, 7:40 a.m. EDT)
Set Aside
None
Place of Performance
Springfield, VA 20598 United States
Source

Current SBA Size Standard
$15 Million
Pricing
Fixed Price; Time And Materials;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 3/10/23 Transportation Security Administration issued Solicitation 70T01023R7670N018 for TSA Leadership Institute due 4/10/23. The opportunity was issued full & open with NAICS 611430 and PSC U005.
Primary Contact
Name
Patricia Klimowicz   Profile
Phone
None

Secondary Contact

Name
Sam Heim   Profile
Phone
None

Documents

Posted documents for Solicitation 70T01023R7670N018

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 70T01023R7670N018

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 70T01023R7670N018

Incumbent or Similar Awards

Contracts Similar to Solicitation 70T01023R7670N018

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 70T01023R7670N018

Similar Active Opportunities

Open contract opportunities similar to Solicitation 70T01023R7670N018

Experts for TSA Leadership Institute

Recommended experts avaliable for hire

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > TRANSPORTATION SECURITY ADMINISTRATION > WORKFORCE & ENTERPRISE OPERATIONS
FPDS Organization Code
7013-70T010
Source Organization Code
500000113
Last Updated
May 4, 2023
Last Updated By
patricia.klimowicz@tsa.dhs.gov
Archive Date
May 4, 2023