SOLICITATION NOTICE
D -- TSA IOSAC Project Intergration into the DHS GeoWireless Program
- Notice Date
- 7/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
- ZIP Code
- 22202
- Solicitation Number
- HSTS03-05-R-CAC053
- Response Due
- 7/22/2005
- Archive Date
- 8/6/2005
- Small Business Set-Aside
- Total Small Business
- Description
- *** In order to have your bid considered, please contact Mark Urciuolo by written request via e-mail (mark.urciuolo@associates.dhs.gov) for a copy of the applicable clauses and provisions, to include with your offer no later than July 18, 2005. No offers will be accepted without this. *** This is a combined synopsis/solicitation. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation, HSTS03-05-R-CAC053 is issued as a Request for Proposal (RFP). This solicitation is a small business set-aside. However, between small businesses, this is a full and open solicitation. The Transportation Security Administration (TSA) has a requirement for engineering services to integrate the IT hardware and software components that are being used in the TSA Initial Operating Situational Awareness Capability (IOSAC) Project, a subset of the DHS GeoWireless program. The resultant contract will be a single award for approximately 90 days in length. However, the Government reserves the right to not award any contract and does not guarantee any order placements. The Government will conduct a best value analysis to determine the awardee. Within this synopsis/solicitation are the Evaluation Criteria and Statement of Work (SOW) for the program, by which each company will be evaluated. The offeror must be capable of providing the services listed in the SOW. Offerors are requested to demonstrate their expertise through a written quotation. The written response to this RFP may be done in one (1) volume. The submission must not exceed 5 pages and must provide your firm?s capability statement and past performance references to provide for TSA?s needed engineering integration work. STATEMENT OF WORK FOR INTEGRATION Engineering services are required to integrate the IT hardware and software components that are being provided by a DHS ENCORE Contract: DCA200-02-D-5010/0034 ? E00228.00 that are include in the TSA Initial Operating Situational Awareness Capability (IOSAC) Project, a subset of the DHS GeoWireless Program, into the TSA network architecture. 1. Background The primary objective of the TSA IOSAC Project is to analyze, define, develop and implement a dynamic situational awareness capability that is geospatially and wirelessly enabled. This will support the detection of national infrastructure threats and vulnerabilities as a preventative effort and support tactical operations during and after an incident. The TSA IOSAC increases readiness and knowledge about potential threats and vulnerabilities and reduces response and recovery time. The TSA IOSAC Project provides an initial operating capability for wireless vulnerability assessments, threat assessments and response capabilities supporting DHS stakeholders. This initial operating capability in Miami provides an environment in which capabilities can be demonstrated and evaluated for implementation at transportation hubs across the United States (US). MIA, a high-visibility port of entry, comprises the Miami AO in which the TSA IOSAC capabilities are being demonstrated. The TSA Operations Center, located at MIA, is the hub for the TSA IOSAC in Miami. The TSA IOSAC provides the same situational awareness view to multiple operations centers or platforms, to include the TSA Operations Center, the Miami-Dade Aviation Division Security Operations Center (MDAD SOC) at MIA, the TSOC, and mobile tactical response units at MIA. 2. Scope of Work The scope of work for the Contractor engineering expertise required will include the evaluation of the System Design Document provided by the Prime Contractor, Northrop Grumman (NG). The engineering staffs of both the Contractor and NG will review and evaluate the necessary steps and processes to permit the introduction of the IOSAC systems into the TSA network environment. This will include the review of the risk assessments for each element that is to be connected to the TSA network. The risk assessments are part of the contractual obligations of NG and will be provided to TSA security and the Contracting engineers upon request. 3. Delineation of Tasks Task 1. The Contractor will review the System Design Document (SDD) and all associated documentation to ensure a broad, high-level understanding of how the IOSAC system is to be utilized within the TSA network. Task 2. The Contractor will review the risk assessments provided by NG for all equipment that is GFE and is to be introduced into the TSA network environment at the TSOC and at the MIA. This information is to be used as part of the approval process through the controlling boards of review. Task 3. The Contractor will design and implement the necessary changes to the TSA network infrastructure to include the re-configuration of any firewalls (including GFE), switches, VPN?s and any other necessary network infrastructure device to ensure compatibility and usability of the IOSAC system in the TSA Network environment. 4. Deliverables 1) The Contractor will provide details to the TSA IT Manager with respect to the necessary changes required to any network devices (routers, firewalls, IDS, etc?). This will include a Work Breakdown Structure (WBS) that identifies all relevant tasks and the responsible parties. 2) The Contractor will represent the TSA IT Manager through the control boards to ensure understanding and compliance with all necessary practices and procedures. 3) The Contractor will provide a schedule for implementing the changes required. 4) The Contractor will provide detailed documentation regarding the changes in the form of as-built drawings and text. 5. Government Furnished Equipment (GFE) No GFE is to be provided under this contract. However, as background to the engineering request, TSA provides under item 6 a list of equipment used in direct support of the Mission. 6. Solution Hardware Descriptions The TSA IOSAC utilizes various hardware platforms to provide both server and client-side capabilities and services. All server and multimedia workstation platforms are comprised of Dell commercial equipment where possible. Mobile platforms, such as Personal Digital Assistants (PDAs) and laptops, include varying vendor equipment. Table 1 provides a description of each type of hardware utilized in the TSA IOSAC. Table 1 TSA IOSAC Hardware Functional Description Hardware Operating System Application (if applicable) Servers Dell PowerEdge 6650, Dell PowerEdge 2600 Microsoft Windows 2003, Standard Edition Geographic Information System (GIS) Client Workstation Dell Precision Workstation 670 Microsoft Windows XP GIS Mobile Devices Mobile Laptop Device Dell Latitude D400 Microsoft Windows XP Tracking, Situational Awareness Mobile PDA Device HP iPAQ h5550 PocketPC 2003 Tracking, Situational Awareness Mobile PDA Device IMate Pocket PC PocketPC 2003 Tracking, Situational Awareness Mobile PDA Device Samsung i700 PocketPC 2003 Tracking, Situational Awareness Mobile Cellular Phone Nextel i325 Motorola Cellular Phone Operating System Tracking IP Wireless System User Wireless Interface Personal Computer Memory Card International Association (PCMCIA) Wireless Modem N/A IPWireless (IPW) Ver. 5.0 Wireless Radio Frequency (RF) Radio Interface Node B N/A IPW Ver. 5.0 Interior Network Controller INC N/A IPW Ver. 5.0 Local Network Service (LNS) Cisco 3745 Cisco IOS N/A Internal TSA LAN Radius Server Sun V120 Solaris 8 Cisco Access Register Ver. 3.5 Access Radius Server Sun V120 Solaris 8 Cisco Access Register Ver. 3.5 & EMS db IPW EMS 2.XX EMS Client Dell 750 Windows 2000 IPW EMS 2.XX Functional Description Hardware Operating System Application (if applicable) Network System Local Area Network (LAN) Switch(es) Cisco 3750G CISCO IOS 12.19.1.12 LAN System Segments Blue Ridge Networks Network Client Manager Workstation Dell 720 Rack Mount WS Windows Server 2003 Blue Ridge Networks VPN Manager Ver. 4.1.10.2 Blue Ridge Networks Border Guard 5500 VPN Manager BG 5500 Boot Code -b7.0-21 Security Management Intrusion Detection Server (IDS) Assumption: IDS to be supplied by TSA as GFE N/A N/A N/A Firewall: Assumption: Firewall to be supplied by TSA as GFE N/A N/A N/A 7. Solution Software Descriptions The TSA IOSAC utilizes various software applications to provide a geospatially-enabled situational awareness capability across multiple platforms. These applications provide web based services, temporal data services and capabilities for geospatial visualization and analysis and database management. 8. Database Management System Software The Oracle Software Suite provides the primary repository of geospatial data for the TSA IOSAC Area of Operations centered around MIA. The Oracle 10g Database provides a platform that supports the management of geographic data, including Open Geospatial Consortium (OGC) compliant data, by providing access control, backup and recovery, and spatial/non-spatial indexing to improve performance. It provides a robust foundation for complex GIS applications that require more spatial analysis and processing within the Oracle Database. 9. Geospatial Visualization Software Geospatial software organizes information by its location, a common component of most databases. By viewing information in the form of an electronic map, users have a better way to organize, share and visualize data for improved communications and enhanced decision making. Environment Systems Research Institute?s (ESRI) ArcGIS application suite provides a scalable GIS capability for geographic data creation, integration and analysis. ArcGIS is utilized primarily by the GIS Analyst at the Strategic and Tactical Operations Centers for data manipulation and analysis. ESRI?s ArcPad software is the primary GIS visualization tool fro mobile users equipped with a PDA device. ArcPad is a lightweight, mobile mapping solution that can retrieve maps using wireless technology. Skyline Software System?s applications are used to provide 3D visualization and editing capabilities. Skyline?s TerraGate software application employs powerful network data server technology designed to stream 3D geographic data in real time. TerraExplorer Pro is a tool for editing, annotating and publishing photo-realistic interactive 3D environments. Skyline is the primary 3D visualization tool for the user equipped with a PC workstation, laptop or tablet PC. 10. Web-Based Services Software Web services for the TSA IOSAC are enabled with Windows Internet Information Server (IIS) web server in conjunction with the Apache Tomcat servlet engine. Together the web server and servlet engine provide the basic client/server connectivity to dynamic situational awareness data such as coordinated response tracking. The Tracking Server software developed by NG-TASC provides the capability to collect data feeds and transmit real-time event-based information to web clients and custom applications. Web clients provide users with a view of the real-time data to assist in the monitoring of events or assets. The delivery of data to desktop custom applications satisfies the needs of users who require the capability to perform detailed real-time and historical data analysis while integrating with existing GIS analysis functionality. Please demonstrate your understanding of the requirement and your ability to successfully complete the effort as stated in the SOW by addressing the following: 1. Describe your firm?s technical and management approach via a detailed capability statement in meeting the requirements, at a minimum, contained in the SOW. 2. Provide past performance references for same or similar current effort as being solicited herein. Pleas include company/agency name, period of performance, point of contract, telephone and e-mail address. The Offeror shall provide three (3) separate (not from the same company/contracting officer) references with a brief description of previous projects and similar size and complexity. ?Similar size and complexity? for the purpose of the evaluation means: similar in dollar amount; number of client/customer employees serviced and number of employees supervised. The TSA may contact those references during the evaluation process to verify relevant experience and level of performance. You should also provide the dollar amount for the referenced projects, how long personnel have been employed on similar projects and what their previous positions, duties and responsibilities were. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. Space used for references will not count against the 5 page limit. Each example of past performance shall include: a) Contract Number b) Contract Description c) Contract Amount and Type of Contract d) Period of Performance e) Name, address, E-mail address (if available) and telephone number and FAX number of the customer (if a Government contract, please provide the name and telephone number of the Contracting Officer and the COR. If commercial, provide the technical and contracting equivalent). f) Size and complexity of the project. g) Whether all options were exercised, if applicable. For all past performance information, please ensure that the company names, names of points of contact, E-mail addresses, telephone and FAX numbers are current. The Government will not make repeated efforts to contact the references if the information is incorrect. You should also notify the references that their names have been submitted and that the TSA may be contacting them. For any subcontractor performing a critical element of the work, please furnish at least three references for similar projects. You should also provide a description of the work performed, the dollar amount and duration of the project, and the number of subcontractor employees working on the project. Please provide the following information: Technical POC Alternate Technical POC Name Name Title Title Address Address Phone/Fax/ E-mail Phone / Fax/ E-mail Contracting POC Alternate Contracting POC Name Name Title Title Address Address Phone/Fax / E-mail Phone / Fax / E-mail (1) CAGE CODE: __________ (2) DUNS NUMBER: ___________ (3) TIN: ____________ (4) Registered in the CCR? YES ____ NO_______ TSA is exempt from sales tax and does not have to file a Tax Exemption form since the Commonwealth of Virginia does not require any form or filing to achieve tax exempt status. TSA?s FEIN = 800038533 Submission: Please submit your offer no later than 5pm Eastern Standard Time July 22, 2005. Email submission is acceptable to mark.urciuolo@associates.dhs.gov or marvin.grubbs@dhs.gov. Offers must be received by the Contracting Officer no later than the exact time specified to be considered for award. The Late Submissions, Modifications, Revisions and Withdrawals provision shall govern as provided in the applicable clauses and provisions. It is your firm?s responsibility to confirm receipt. Evaluation: Your offer will be evaluated in accordance with the following criteria, which are considered to be of relative equal importance (except for cost, which will be considered less) and which will be considered in the analysis of best value. The criteria will be used to evaluate and select a contractor for this award. In the event that two offers are technically equal, lowest cost shall become the determining factor: Technical Evaluation Criteria: Your technical capabilities, as demonstrated in both the written technical quotation, will be evaluated to determine your understanding and proven ability to provide the engineering services necessary to perform TSAs required integration tasks. Familiarity with Geospatial software (preferably ArcGIS and Skyline) is required. Experience in risk assessment and mitigation is a must. Please describe your firm?s approach to risk management. Technical capabilities should be demonstrated in the context of Tasks 1-3 in the above SOW. Past Performance Evaluation Criterion: The following factor will be considered in evaluating the Offeror?s past performance: demonstrated record (as confirmed by references) of successful past performance of the same or similar projects of this scope on time within budget. Please include description of past performance and at least 3 different references that TSA may contact to confirm. Pricing Evaluation Criteria: TSA will conduct a best value evaluation of offers, meaning that the successful offer will be the one that gives TSA ?the most for its money,? not necessarily the lowest price. A determination will be made by the Contracting Officer as to whether or not prices are fair and reasonable. Offers shall be submitted for all products and services solicited, i.e. all or none. Selection: The Government will select a contractor for this award on a best value basis. In determining the best value, the Government will evaluate which offeror represents the greatest potential to provide the most timely, efficient and reliable integration services for TSA. Any questions raised concerning this RFP must be submitted in writing by 3:00 pm EST July 18, 2005. Please contact Mark Urciuolo or Marvin Grubbs at the above e-mail address for any additional information regarding this synopsis/solicitation.
- Place of Performance
- Address: Miami, Florida
- Record
- SN00844297-W 20050713/050711211510 (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 |