Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2006 FBO #1595
SOLICITATION NOTICE

D -- NCIS Law Enforcement Exchange System (LInX)

Notice Date
4/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-06-R-1217
 
Response Due
6/1/2006
 
Archive Date
4/24/2006
 
Description
FISC Norfolk Contracting Department, Philadelphia Office intends to competitively procure services for the development and continued operation of the Law Enforcement Information Exchange (LInX) Program in support of the Naval Criminal Investigative Services (NCIS) on an unrestricted basis. NCIS is collaboratively engaged with local and state law enforcement agencies, as well as Homeland Defense, Department of Defense and Department of Justice, to share criminal records management and investigative information so as to affect a major impact on officer and public safety, by ensuring immediate access to information to deter criminal and terrorist related activities in applicable regions or sites within the United States with significant Navy assets. The LInX Program fully integrates law enforcement data from all participating agencies into a single regional database. Such information will be used for tactical and investigative law enforcement purposes and for producing regional counter-terrorism and investigative organized criminal enterprise strategies enhancing cooperative multi-jurisdictional investigations. The scope of the required services includes: (1) deployment and operation of LInX for a minimum of three new sites: New London/Groton, CT; New Mexico; and San Diego; (2) the possible expansion of LInX in the National Capital Region, Washington State, and Florida; (3) maintenance and operation of LInX for existing sites located in Washington State; Virginia; Hawaii; Florida/Georgia; and Northern Virginia (National Capital Region); (4) development of new LInX releases, as required, to support the NCIS mission and that of other DoD and Department of Justice (DOJ) agencies; (5) systems administration and operation, training, and technical assistance for all deployed LInX systems; (6) research and prototype capabilities in support of LInX capability expansions; (7) development of LInX continuity/backup plan; and (8) development of a robust IV&V and demonstration environment. It is anticipated that a cost plus fixed fee, Indefinitely Delivery/Indefinite Quantity type contract, with the inclusion of Firm Fixed Price Contract Line Item requirements and provisions, will result from the competitive solicitation. The resultant contract will provide for a basis period of performance comprised of one (1) year, commencing on or around 01 November 2006, along with four (4) one-year option provisions to extend the term of the contract through 30 October 2011, if all options are exercised. The total level of CPFF effort, inclusive of all options, is estimated to be 347,416 manhours. In addition to this, the resultant contractor shall provide on a Firm Fixed Price basis 24/7 operation of the network operations center to monitor LInX servers, network performance, and system performance, as well as 24/7 call center service (help desk) to all agencies participating in LInX. The solicitation will require the submission of cost/price and technical proposals. The evaluation of proposals will consider the offeror?s technical proposal more important than price. Furthermore, the evaluation of technical proposals will give greater consideration to those offerors that demonstrate experience and past performance in the management and/or implementation of a large police department records management system or other similar law enforcement Information Technology (IT) project. The applicable North American Industry Classification System (NAICS) code and size standard are 541512 and $23 Million, respectively. Upon issuance, solicitation N00140-06-R-1217 will be made available electronically at the following internet address: http://www.neco.navy.mil. Interested parties are responsible for monitoring the aforementioned website for posting of the solicitation and any amendments issued hereto. Number note 26 applies.
 
Record
SN01023696-W 20060409/060407221249 (fbodaily.com)
 
Source
FedBizOpps 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.