This is a SOURCES SOUGHT NOTICE for Market Research ONLY. The purpose of this notice is to gain knowledge of potential Business Sources. Responses to this notice will be used by the Government to make appropriate acquisition decisions. This is not a Request for Proposal (RFP). The Government does not intend to award a contract on the based responses. All proprietary information shall be marked as such. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requested. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Business Community to include Large or Small Businesses, Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) Veteran Owned Small Business, Service- Disabled Veteran-Owned Small Business (SDVOSB), HUBZONE, 8(a), etc. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 518210. The Small Business Size Standard for this acquisition is $7M. The Government must ensure there is adequate competition among the potential pool of responsive contractors.
Scope of Work- Commercial-off-the-Self (COTS) within the industry field and availability for future modifications for customization as required, of a Global distribution system (GDS) to schedule, make hotel reservation and secure flight itineraries/tickets through a direct connectivity reservation system, is a critical process. It is imperative that the reservation system be US-based because of the strict security requirements. The GDS must have ability to select seating in order to address in a fluid and timely (up to the minute) manner, all threats, new and old. The computer software reservation system must provide a full range of travel services necessary to support the government throughout multiple facilities. Contractor must conform to governmental security requirements in accordance with TSA’s System Security and must accompanying TSA’s Interconnect Security Agreement. The GDS connection must provide a secure connection from the Government’s networks and facilities to the contractor networks housing the GDS service. The GDS desktop software shall provide a user interface through which government personnel can interact with the services provided by the GDS service. The Government has external software systems that interface directly with GDS capabilities. These external systems currently include custom internal software applications as well as the COTS application. This service shall be provided through a transaction processing facility housed at the contractor’s facilities and networks. All contractor data and data storage facilities must reside within the United States.
If you are interested and are capable of providing the services, please respond to this notice. Please limit your response to five (5) pages and please include the following information:
-Your company’s name, address, point of contact, phone number and email address.
-Your company’s capability to meet the requirements
-Your company’s capability to perform a contract of this type and comparable work performed within the past three years to include a brief description of the project, customer’s name, phone number and address, period of performance, and dollar value of the project.
-Your Company’s Business Size (Large or Small) and Socioeconomic Status (Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) Veteran Owned Small Business, Service- Disabled Veteran-Owned Small Business (SDVOSB), HUBZONE, 8(a), etc.).
-**Please include a self-certification that your company is located in the United States and that all data is housed in storage facilities within the United States.
Responses shall only be accepted from companies that are registered in System for Award Management database. To register, go to www.sam.gov. as stated above, this notice is a market survey and is for information only, to be used for preliminary planning purposes.
Responses to this notice may be emailed to Michele.Reeves@tsa.dhs.gov. telephone and facsimile responses will not be accepted. Interested parties to this notice shall respond no later than May 2, 2025 at 11:00AM EST.