Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2003 FBO #0683
SPECIAL NOTICE

99 -- Request for Information

Notice Date
10/9/2003
 
Notice Type
Special Notice
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
DON-SNOTE-031009-001
 
Archive Date
10/10/2004
 
Description
This serves as a REQUEST FOR INFORMATION Notice. The Office for Domestic Preparedness (ODP), (formerly the Office for State & Local Domestic Preparedness Support) is the program office within the Department of Homeland Security (DHS) responsible for enhancing the capacity of state and local jurisdictions to respond to, and mitigate the consequences of, incidents of domestic terrorism. The mission of ODP is to develop and implement a national program to enhance the capacity of state and local agencies to respond to incidents of domestic terrorism, particularly those involving Weapons of Mass Destruction, through coordinated training, equipment acquisition, technical assistance, and support for Federal, state, and local exercises. Space and Naval Warfare Systems Center, San Diego (SSC-SD) provides support to ODP in its mission. SSC-SD?s Signal Processing and Communication Technology Branch, code 2855 provides system engineering, management, and planning of technical efforts for communications architecture assessments, requirements analysis for interoperable communications and interoperable communications solution options, through the Interoperable Communications Technical Assistance Program (ICTAP). Code 2855?s support is guided by a Memorandum of Agreement between ODP, DHS and SSC-SD. SPAWAR Systems Center San Diego, Code 2855, is seeking information for an Off-The-Shelf (OTS) communications control system capable of handling anti-terrorism activities that are conducted jointly by local and state law enforcement agencies and first responders. Joint investigations and operations require a system that will allow shared communications between each agency involved. Presently, local and state law enforcement agencies and first responders often encounter incompatibility problems related to radio communications and the exchange of computer data. Thus, dissimilar radio frequencies and mismatches in digital data transfer systems often cause severe communications problems which can defeat a well planned mission and lead to extreme hazards for the agents and innocent civilians. The communication control system sought will be required to: utilize existing radios, repeaters, frequencies, and/or encryption; communicate in real-time, utilizing mobile and hand-held radios; and simultaneously handle multiple users on separate operations. The communications control system must accommodate the operations of each agency no matter what types of radio systems they employ. The activation could be accomplished remotely through the control system or through a dispatcher who would manually connect the agencies. Once the program is operational, whether using new or modifying existing technology, the system's design must facilitate use by any cooperating law enforcement agency. The initial capability will be for an interoperability project requiring a system capable of operating over the following ranges and modes: VHF, UHF, 800 MHz analog and trunked systems (both Motorola and Ericsson), telephones and encrypted networks. The system must be capable of being expanded in the number of radios linked. At least 12 radios would need to be interfaced simultaneously at each site. Additional features may also be provided for recording of selected communications, mobile system configuration, automatic squelch, enhanced voice quality, and conferencing. The capability to include data, real-time video, and image transmissions is desired but not required. This Request for Information announcement will be open through 10 April 2004. The Government will review information as it?s received. The respondent should provide as a minimum: (1) physical and functional description of the OTS system being offered; (2) performance description and specifications of the system; (3) if possible, include cost of the system or technology now and anticipated in the future with further development; (4) if not yet in production, provide the development status and anticipated schedule for completion and (5) Type of business, (i.e. large business, small business, small disadvantaged business, other small business, etc). This announcement is a request for information for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement will be issued. However, the information will be utilized for technical and acquisition planning. It is recognized that cost information that is provided by the vendor is for planning purposes and as such the vendors will not be bound to this cost information. Vendors may be asked to provide an SSC-SD defined demonstration at the vendor's location, at no cost to the government, resulting in a report back to the vendor regarding the findings of the demonstration. The government invites comments related to possible purchase or acquisition strategies. If there is a GSA or other contract vehicle already available for the technology being proposed, please include this information in the response. All data received in response to this RFI marked or designated as corporate or proprietary information will be fully protected from release outside the government. It is not the intent of SSC-SD to reimburse providers for the cost of submitting information in response to this RFI. Please direct any questions via e-mail to the POC, Lila Defensor (lila.defensor@navy.mil). To be beneficial, interested parties should submit any applicable information via electronic transmission via the SSC SD E-Commerce at https://e-commerce.spawar.navy.mil.
 
Web Link
Click on the link to view the special notice
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navgenint.nsf&whichdoc=1453E33FA6291B6288256DBA0074564E&editflag=0)
 
Record
SN00450644-W 20031011/031009213333 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.