Escolar Documentos
Profissional Documentos
Cultura Documentos
Amendment A0004
1. CONTRACT ID CODE PAGE dE PAGES
¯ .~MENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 13
2. AMENDMENT/MODIFICATION NO, 3. EFF. DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJEC NO. (If applicable)
A 0004 I)5/1912006 0020020365
6. ISSUED BY CODE 7014 7. ADMINISTERED BY (If otherthan Item 6) CODE [
Department of Homeland Security Dept of 14omeland Security
Customs and Border Protection Customs and Border Protection
1300 Pennsylvania Ave NW Office of" Procurement - NP 1310
NP 1310 1300 Pennsylvania Ave., NW
Washington DC 20229 Washington DC 20229
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.
X HSBPI006R0463
9B DATED (SEE ITEM 11) 04/11/2006
IOA. MODIFICATION OF CONTRACT/ORDER NO.
/
(a) By completing Items 8 and 15, and returning I copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer
submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT
TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF
YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each
telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
E. IMPORTANT: Contractor I I is not I I is required to sign lhis document and return to issuing
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
The purpose of this amendment is to:
9. Revise Section J, Attachment ii, Reading Room and Virtual Library Material
Listing. The Geospatial Maps referred to in C.3 Section 2 is actually one map
and is located in the Virtual Library. The map is entitled the "U.S. Map Of The
Edges."
i0. Modify Section L, Provision L.2 52.215-1 INSTRUCTIONS TO
OFFERORS-COMPETITIVE ACQUISITION (JAN 2004) ALTERNATE I (OCT 1997) Section (f)
Contract Award, paragraph (i) to replace its sentence from "The Government
intends to award a contract or contracts resulting from this solicitation to the
responsible offeror(s) whose proposal(s) represents the best value after
evaluation in accordance with the factors and subfactors in the solicitation."
to "The Government intends to award a contract resulting from this solicitation
to the responsible offeror whose proposal represents the best value after
evaluation in accordance with the factors and subfactors in the solicitation."
ii. Modify Section L, Provision L.2 52.215-1 INSTRUCTIONS TO
OFFERORS-COMPETITIVE ACQUISITION (JAN 2004) ALTERNATE I (OCT 1997) Section (f)
Contract Award, paragraph (6) to delete its sentence in its entirety and to mark
the paragraph "RESERVED."
12. Modify Section L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, GENERAL PROPOSAL FORMAT AND CONTENT INSTRUCTIONS, the
paragraph on Proposal Submittal to replace the second sentence from "The offeror
shall provide six written and six electronic (CD-ROMs) ." to "The offeror shall
provide one copy of Volume I. The offeror shall provide forty (40) written and
forty (40) electronic (CD-ROMs) of Volume.II sequentially numbered for document
control purposes. The offeror shall provide six written and six electronic
(CD-ROMs) of Volume III."
13. Revise SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II SBInet Proposal, Part A -
Technical Subpart-A.l Concept of Operations to: (i) replace the second, third
and fourth sentences from "This should include a discussion of the "as is" and
"to be" environment, how this solution will reduce risk, provide the most
efficient and effective use of staff, processes, infrastructure and technology,
and quickly deliver to the Government meaningful results. Include in the concept
of operations the engineering and system design approach, and how it will result
in a comprehensive, coherent, cost effective, reliable, and realistic solution
that meets or exceeds the stated SBInet program objectives. Include a
discussion on how the proposed solution will address threat migration and
changes in tactics." to "This should include a discussion of the "as is" and "to
be" environment, how this solution will reduce risk, provide the most efficient
and effective use of personnel, processes, infrastructure and technology, and
quickly deliver to the Government meaningful results. Include in the concept of
operations the engineering and system design approach, and how it wi]] result in
a comprehensive, coherent, cost effective, reliable, and realistic solution that
14DESCR~PT~N~FAMENDMENT~M~D~F~CAT~N(~anIzedbyUCFsectionhead~ngs~mc~udings~tati~n/c~nt~ctsu~ectmat~erwhe~asib~e.)
meets or exceeds the stated SBInet statement of objectives, which includes the
program objectives. Include a discussion on how the proposed solution will
address threat migration and changes in tactics, as well as data, equipment,
infrastructure, personnel security and safety."
14. Revise SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II - SBInet Proposal, Part A -
Technical Subpart-A.2 Rough Order of Magnitude (ROM) to replace the text in its
entirety with: "Submit a rough order of magnitude and basis of estimate (BOE)
for implementation of the proposed concept of operations. The BOE shall include
a work breakdown structure to the first level. The ROM to be submitted with
this portion of the proposal should only address the technical/program aspects,
and the cost portion should be redacted from this Subpart A.2. A fully
completed ROM should be included in the Cost/Price proposal (Volume III) ." The
Page Limit of i0 pages is unchanged.
15. Revise SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II SBInet Proposal, Part A
Technical Subpart-A.50fferor’s Proposed Task Order to: (i) replace the second
sentence from "The offeror must propose this initial task" to "The offeror must
propose this task."; (2) replace the fourth sentence from "The proposed initial
task will be a well-defined segment of work that can be completed within eight
(8) months of award." to "The proposed task will be a well-defined segment of
work, with a contract work breakdown structure (to Level 3), that can be
completed within eight (8) months of award."; and, add the following note after
the sixth sentence: "(Note: Include the metrics and incentive plan, if any,
with the proposed task order’s quality assurance plan that is submitted under
Part B, Performance Measures and Incentives/Disincentives and Quality Assurance
Surveillance Plans). "
16. Revise the title of SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF
PROPOSALS AND OTHER INFORMATION, subsection Volume II SBInet Proposal, Part B
from "Performance Measures and Incentives/Disincentives and Quality Assurance
Surveillance Plan " to "Performance Measures and Incentives/Disincentives and
Quality Assurance Surveillance Plans."
17. Revise SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II SBInet Proposal, Part B,
Performance Measures and Incentives/Disincentives and Quality Assurance
Surveillance Plans to add the following paragraph / requirement at the end of
the Part: "Provide a detailed QASP for the offeror’s proposed task. The plan
must identify the recommended performance measures/metrics, measurement timing
and methods of collecting and reporting, and any other actions to ensure a
comprehensive quality program that provides accurate, timely and meaningful
measurement and reporting of results. The QASP must address both the development
and implementation as well as post implementation periods. The QASP must further
~dentify any recommended incentive/disincentive program. Page Limit: i0 Pages"
18. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume II - SBInet Proposal, Part C-Management
14. DESCRIPTION OF AMENDMENT/MODIFICATION (O~an~ed by UCF sect~n headings, including so.#arran/contact subject matter where ~as~le.)
sentence from "However, the contract l±ne item number (CLIN) structure shall be
proposed by Lhe offeror." Lo "However, the Contract Line Item Number (CLIN)
structure shall be proposed by the offeror as stipulated in Section B.5.I,
Contract Line Item Number."
23. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume Ill COST/PRICE PROPOSAL to add the
following paragraph / requirement between the paragraphs entitled "Offer
Proposed CLIN Structure" and "Program Management Task":
Rough Order of Magnitude
Submit the complete ROM and Basis of Estimate as described in Volume II Subpart
A.2 in the contractor’s format, with cost/price data in Volume III. A redacted
copy that does not include cost/pricing information shall be submitted as Volume
II, Subpart A.2 of the proposal.
24. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume III- COST/PRICE PROPOSAL, the
paragraph entitled "Program Management Task" to add the following after the
second sentence: "The prices/costs shall correlate with the program management
support that is proposed in the offeror’s management plan submission in Volume
II, Part C The merits of the offeror’s PM will be evaluated under its
Management Plan, Factor 3" Note: For evaluation purposes, the PM support
prices/costs for each year of the contract will be evaluated under the auspices
of Factor 8 for the criteria described therein."
25. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume III COST/PRICE PROPOSAL, the
paragraph entitled "Tucson Sector Task" to replace the first sentence from
"Submit all prices/costs associated with the contract work breakdown structure
and proposed statement of work for the entire Tucson Sector." to "Submit all
prices/costs associated with the offeror’s work breakdown structure and proposed
statement of work for the entire Tucson Sector."
26. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume III COST/PRICE PROPOSAL, the
paragraph entitled "Offeror’s Proposed Task" to replace the first sentence from
"Submit all prices/costs associated with the proposed statement of work for the
Offeror’s Proposed Task." to "Submit all prices/costs associated with the
offeror’s work breakdown structure and proposed statement of work for the
Offeror’s Proposed Task."
27. Modify SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF PROPOSALS
AND OTHER INFORMATION, subsection Volume III COST/PRICE PROPOSAL, the
paragraph entitled Overview to replace the first sentence in paragraph to from
"Separate and apart from the above tasks, provide both unloaded and fully loaded
on-site and off-site labor rates for each year of the base period (three year
base period) based on the anticipated labor mix required to satisfy the broad
SBInet requirements." to "Separate and apart from the above tasks, provide both
unloaded and fully loaded on-site and off-site labor rates for each year of the
base period (three year base period) and all option years based on the
14, DESCRIPTION OF AMENDMENT/MODIFICATION ( O~an~ed by UCF sec~on headings, including sol~itat~contract su~ect matter where ~as~le.)
anticipated labor mix required to satisfy the broad SBInet requirements."
28. Revise the title of SECTION L, Provision L.12 INSTRUCTIONS FOR SUBMISSION OF
PROPOSALS ~D OTHER INFORMATION, subsection Volume IV from "O~L PRESENTATIONS"
to "O~L PRESENTATIONS (DISCUSSIONS)"
29. Replace in its entirety SECTION L, Provision L.12 INSTRUCTIONS FOR
SUBMISSION OF PROPOSALS ~D OTHER INFOR~TION, subsection Volume IV O~L
PRESENTATIONS (DISCUSSIONS), the paragraph on Oral Presentations with the
following:
"Oral Presentations
Oral presentations will be conducted with all offerors submitting a proposal who
are determined to be in the competitive range. The contracting officez will
schedule, by written invitation, oral presentations based on an estimated four
(4) hour time frame per Offeror.
Oral presentations/discussions will be video taped 5y, and for the sole benefit
of, the Government.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, inc/uding sohcitation/contract subject matter where feasible.)
Government participants to gain a thorough understanding of the proposal. At
the conclusion of orals/discussions, offerors will be provided the opportunity
to submit proposal revisions in accordance with FAR Part ]5.307 Proposal
Revisions. "
14.DESCR~PT~N~FAMENDMENT~M~D~F~CAT~N(~an~edbyUCFsectionheadings~c~dings~citatmn/c~ntractsu~ctma~terwhere~as~e.)
SBInet EVALUATION FACTORS, FACTOR 2 from "PERFORMANCE MEASURES ~ND
INCENTIVES/DISINCENTIVES AND QUALITY ASSURANCE SURVEILLANCE PLAN." to
"PERFORMANCE MEASURES AND INCENTIVES/DISINCENTIVES AND QUALITY ASSURANCE
SURVEILLANCE PLANS."
35. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 2--PERFORMANCE MEASURES AND INCENTIVES/DISINCENTIVES
AND QUALITY ASSURANCE SURVEILLANCE PLANS, paragraph A. to replace the first
sentence from "The proposed performance measures and Quality Assurance
Surveillance Plan (QASP) will be evaluated to the extent they:" to "The proposed
performance measures and Quality Assurance Surveillance Plans (QASPs) will be
evaluated to the extent they:"
36. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION Mo4 SBInet
EVALUATION FACTORS, FACTOR 2--PERFORMANCE MEASURES AND INCENTIVES/DISINCENTIVES
AND QUALITY ASSURANCE SURVEILLANCE PLANS, paragraph A. to replace subparagraph
ii from "Demonstrate how the proposed plan achieves DHS’ responsibility for
complete border security;" to "Demonstrate how the proposed plans achieve DHS’
responsibility for complete border security;"
37. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 2-PERFORMANCE MEASURES AND INCENTIVES/DISINCENTIVES
AND QUALITY ASSURANCE SURVEILLANCE PLANS, to replace paragraph B from "The QASP
will be evaluated on the extent to which it: identifies measures and metrics to
be applied at the contract level; proposes a incentive/disincentive program;
and, delineates performance measures, tracking and reporting for specific SBInet
system objectives" to "The QASPs will be evaluated on the extent to which they
identify measures and metrics to be applied at the contract level; proposes an
incentive/disincentive program; and, delineate performance measures, tracking
and reporting for specific SBInet solution objectives."
38. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 3-MANAGEMENT PLAN, paragraph A. to replace the first
sentence from "A transparent governance structure and reporting procedures that
include clear lines of communicatiorl between the Contractor’s team and the
Government, and which prov&de proactive performance and program risk
identification, escalation, mitigation and resolution." to "A transparent
governance structure and reporting procedures that include clear lines of
communication between the Contractor’s team and the Government, and which
provide proactive performance and program risk identification and management,
escalation, mitigation, tracking, reporting and resolution."
39. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 3-M]tNAGEMENT PLAN, to replace paragraph B from
"Processes and program reporting tools that enhance confidence, credibility, and
trust, as well as provide visibility into program status and the accurate,
timely, and transparent reporting of information on program status and
performance measures and metrics;" to "Processes and program reporting tools
that enhance confidence, credibility, and trust, as well as provide visibility
into program status and the accurate, timely, and transparent reporting of
14. DESCRIPTION OF AMENDMENT/MODIFICATION (O~an~ed by UCF section headings, including so~itation/cont~ct subject matter where ~as~le.)
information on program status and performance measures and metrics, including
the employment of earned value management and the cost-effective and efficient
management of assets and inventory."
40. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 3-MANAGEMENT PLAN to add the following paragraphs /
requirements :
14. DESCRIPTION OF AMENDMENT/MODIFICATION ( O~anized by UCF section hea~ngs, including sohcitation/contract su~ec! matter when ~as~le.)
SBInet, submitted since FY2000.
43. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBinet
EVALUATION FACTORS, FACTOR 6-SUBCONTP~ACT PLAN to replace paragraph A in its
entirety with the following:
"A. The greatest consideration will be given to the offeror who proposes the
highest average percentage for all socio-economic categories as reflected on the
SF 294 reports. The average percentage proposed by each offeror shall be
compared to the highest percentage proposed. Each offeror’s percentage will be
ranked on this comparison. "
44. Modify SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4 SBInet
EVALUATION FACTORS, FACTOR 3-SUBCONTRACT PLAN, paragraph B to replace the second
sentence from "The offeror shall provide a list of all contracts covered by
subcontracting plans that were completed with the preceding offeror’s FY." to
"The offeror shall provide a list of all contracts covered by subcontracting
plans that were completed from 2000 to date."
45. Replace in its entirety SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4
SBInet EVALUATION FACTORS, FACTOR 7- OFFEROR’S PROPOSED TASK ORDER with the ,~
following: "The offeror’s proposed task order will be evaluated for its
technical approach and achievability, the extent to which the proposed task wJl]
demonstrate the feasibility of the proposed overall solution. The extent to
which the proposed metrics assure achievement of the cost, schedule, and
performance for the task and the value of proposed incentives shall be included
in the Government’s evaluation under Factor 2."
46. Replace in its entirety SECTION M, EVALUATION FACTORS FOR AWARD, SECTION M.4
SBInet EVALUATION FACTORS, FACTOR 8- COST/PRICE with the following:
"FACTOR 8 - COST/PRICE. Each offeror’s price and cost proposal will be evaluated
as follows:
The ROM and the basis of the estimate, with the work breakdown structure, will
be evaluated for realism (i.e., consistency with the proposed concept of
operations) and cost/price risk. Major discrepancies and disparities between
the ROM estimate and the offferor’s proposed concept of operations may adversely
impact upon the overall evaluation of the offeror’s proposal.
The Program Management task proposal, the Tucson Sector task proposal, and the
offeror’s proposed task order proposal will be evaluated for reasonableness,
realism and price risk.
A. Cost/Price Reasonableness
S. Cost/Price Realism
C. Cost/Price Risk
Any one or more of the proposed Program Management task, Tucson Sector task
and/or the offeror’s proposed task may be awarded at the time of contract
award."
Any questions regarding this amendment should be submitted using the "Required
Question Submission Format" document available under the listing for
Solicitation HSBPI006R0463 at the FedBizOpps website.
ATTACHMENT 04
KEY PERSONNEL RC:SUMI~ FORMAT
Reference: Include this form In Volume t11, Part C of the proposal, as prescribed by the instructions
contained in Section L of the Request for Proposal. A completed form is required for each proposed Key
Personnel Position.
Employment History
Provide name and address of employer, total period of employment with employer, reverse chronological
listing of job assignment(s) relevant to proposed assignment for SBInet, For each job assignment, show
the candidate’s:
¯ Labor category and duration of assignment by month and year.
¯ Major customer(s) and program(s) served on the assignment.
¯ Specific relevance of work performed, including accomplishments or innovations in
technical or managerial performance.
¯ Currently and previously held security clearances, if any.
HSBP1006R0463 SBInet SECTION : J
ATTACHMENT 05
RELEVANT CONTRACT REFERENCE DATA (PAST PERFORMANCE)
Reference: Include this form In Volume III, Part G of the proposal, as prescribed by the instructions
contained in Section L of the Request for Proposal. A completed form is required for each relevant
contract effort being referenced. The discussion of performance measures shall be provided as a
narrative attachment to Attachment 05.
Program or Task
Order Title
Customer Name
Customer Address Street
City/State
Zip
Tel. Fax
Contract Points of Contractual: Technical:
Contact
Name Name
Title Title
Organization Organization
Address Address
Tel. Tel.
Fax Fax
Email Email
Contract Type
Contract Number
Task Order # if
Applicable
Name
Title
Contract or Organization
Task Order Technical Address
Point of Contact Tel.
Fax
Email
Original Value
Current Value
Contract Value Estimated/Actual Completion
Date
Explanation of Cost Growth
Reading Room CBP Enterprise Architecture Principles v2.0 CBP EA Version 4,0
CBP Enterprise Architecture (EA) Structure
Reading Room Document EA Version 4.0 Draft
CBP’s Business Reference Model aka
Enterprise Functional Architecture with
Reading Room FY07 FEA BRM Final v.1.4
Systems Development Life Cycle
Reading Room Handbook CIS HB 5500-07A - February 2001
Reading Room SDLC Addendum as of May 2005 CIS HB 5500-07A - February 2, 2001
Enterprise Life Cycle Methodolgy
Reading Room Framework Version 1
Page 1 of 4
HSBP1006R0463 ATTACHMENT 11 SECTION J
READING ROOM AND
VIRTUAL LIBRARY MATERIAL LISTING
SBInet Reading Room/Virtual
Library
Readin~l Room or Virtual Libra~ Document/Media Version/Date
New CBP Construction Program Funding
Reading Room Initiatives starting in FY 2007
Swanton Sector Tactical Infrastructure
Reading Room Prioritization
Tucson Sector Tactical Infrastructure
Reading Room Prioritization
Page 2 of 4
HSBP1006R0463 ATTACHMENT 1 1 SECTION J
READING ROOM AND
VIRTUAL LIBRARY MATERIAL LISTING
SBInet Reading Room/Virtual
Library
Reading Room or Virtual Library Document]Media Version/Date
Annual Operations Plan Fiscal Year 2006 -
Virtual Library El Centro Sector Version 1 - 6/30/05
Annual Operations Plan Fiscal Year 2006 -
Virtual Library El Paso Sector Version 1 - July 1, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Grand Forks Sector Version 1 - July 1, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Havre Sector Version 1 - June 30, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Houlton Sector Version 1 - July 1, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Laredo Sector Version 1 - July 1,2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Marfa Sector Version 1 - July 1, 2005
Rio Grande Valley Sector Requirement
Virtual Library Fiscal Year 2006
Annual Operations Plan Fiscal Year 2006 -
Virtual Library San Diego Sector Version 1 - June 30, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Spokane Sector Version 1 - March 14, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Swanton Sector Version 1 - June 17, 2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Tucson Sector Version 1 - July 1,2005
Annual Operations Plan Fiscal Year 2006 -
Virtual Library Yuma Sector Version 1 - July 1,2005
Virtual Library Z- Border Control Definitions
Page 3 of 4
HSBP1006R0463 ATTACHMENT 11 SECTION J
READING ROOM AND
VIRTUAL LIBRARY MATERIAL LISTING
SBInet Reading Room/Virtual
Library
Reading Room or Virtual Library Document/Media Version/Date
Virtual Library National Targeting Center Info
Virtual Library U.S. Map of the Edges
Page 4 of 4
D -- SBInet Solicitation
General Information
Department of Homeland Security, Customs and Border Protection, Office of Procurement. 1300 Pennsylvania
Avenue, N.W., Room 1310 NP, Washington, DC, 20229
Description
Department of Homeland Security / U.S. Customs and Border Protection hereby issues Amendment 0004 to
Solicitation HSBP1006R0463 for SBInet. Questions from offerors regarding the solicitation must be submitted to
the Government in the format provided as an attachment to the original Solicitation entitled "SBInet Required
Question Format."
Point of Contact
Ronald Rosenberg, Contracting Officer, Phone 202-344-2500, Fax null, Email SBInet@DHS.gov