SOURCES SOUGHT
70 -- DHS/NCS REQUEST FOR INFORMATION - EMERGENCY RESPONSE COMMUNICATIONS SYSTEM
- Notice Date
- 7/27/2006
- Notice Type
- Sources Sought
- NAICS
- 517910
— Other Telecommunications
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406
- ZIP Code
- 62225-5406
- Solicitation Number
- Reference-Number-DHS-NCS-FY2006-RFI01
- Response Due
- 8/29/2006
- Archive Date
- 9/13/2006
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) FOR ADDRESSING RAPIDLY DEPLOYABLE VOICE AND DATA COMMUNICATIONS SYSTEMS TO SUPPORT EMERGENCY RESPONDERS DURING NATURAL DISASTERS OR OTHER SITUATIONS. SUBJECT: This document is a Request for Information (RFI) for the National Communications System (NCS) of the Department of Homeland Security (DHS). The NCS is soliciting information addressing rapidly deployable voice and data communications systems to support emergency responders during natural disasters or other situations where the communications infrastructure is congested, damaged, or otherwise made inoperable (e.g., loss of power). This request for information (RFI) seeks information from service providers, equipment integrators, government agencies, and private organizations that can provide ?turn-key? rapidly deployable emergency telecommunications systems and services in specific technology areas as detailed below and in Appendix A. All organizations, including commercial entities, academic institutions, and Government departments and agencies, are encouraged to respond. Background As detailed in the National Response Plan (available at http://www.dhs.gov), the NCS is identified as the coordinator for the Emergency Support Function #2 (ESF #2) ? Communications. ESF #2 provides communications support to Federal, State, local, tribal, and private sector response efforts during incidents of national significance, supplementing the provisions of the National Plan for Telecommunications Support in Non-Wartime Emergencies, hereafter referred to as the National Telecommunications Support Plan (NTSP). ESF #2 coordinates actions to provide or restore national security and emergency preparedness (NS/EP) telecommunications, helping Federal departments and agencies procure and coordinate NS/EP telecommunications services from the telecommunications and information technology (IT) industry during incident response. AREAS OF INTEREST At this time, the NCS is specifically seeking information in the following specific technology categories: 1. Mobile Satellite Systems providing two-way voice/data communications. Responses are to identify both single channel and multi-channel equipment to be installed in a mobile communications vehicle or other transportable container (e.g. ?fly away kit?), as well as handheld and other portable solutions. Dual mode mobile satellite system terminals providing the option of roaming onto terrestrial cellular networks should also be included if available. 2. Land Mobile Radio (LMR) providing two-way voice communications. Responses are to identify turnkey solutions that could be quickly transported into an incident area. Responders should provide options for supporting different quantities of users and different coverage areas (e.g. 1000 users in 10 sq. miles, 2000 users in 20 sq. miles, etc.) 3. Cellular providing two-way voice and data communications. Responses are to identify turnkey solutions that could be quickly transported into an incident area. Responders should provide options for supporting different quantities of users and different coverage areas (e.g. 1000 users, 10 sq. miles, 2000 users, 20 sq. miles, etc.) and include available frequency spectrum. 4. System Integrators/Interoperability solutions providing voice connectivity interoperable solutions between disparate voice networks (e.g. LMR, cellular, military, PSTN, etc.). Responses to this category are to provide details of the interoperable equipment as well as the engineering services to be used in identifying, deploying, and operating engineered solutions in an incident area. 5. Internet/Data Communications solutions providing two-way data communications to support operations staff personnel. Responses should identify turnkey solutions that could be quickly transported into an incident area. Responders should provide options for supporting different quantities of users and different coverage areas (e.g. 100 users in 1 sq. miles, 200 users, 5 sq. miles, etc.). Scope Many organizations may not have expertise or capabilities in all of the areas described above, therefore, responses addressing a subset or a single identified area(s) of interest are welcome. Responses should be clearly labeled with the areas of interest that are discussed. Length of responses should be limited to no more than 25 pages. Structure Provide any materials, suggestions, and discussion you deem appropriate. Include, as appropriate, the following information: 1. Description of products/technologies/research/standards, including performance information 2. High-level system architecture views showing connectivity between proposed devices, network elements, etc. 3. Bandwidth and spectrum requirements for proposed products and/or services 4. Plans for commercial use of these technologies 5. Currently deployed equipment/services in applications similar to the NCS mission requirements 6. Other deployed systems as appropriate 7. Cost, schedule, and delivery estimates 8. Deployment and operational considerations (required staff to operate, etc.) 9. Existing Government contracts 10. Corporate expertise, background, staffing capabilities (including security clearances, if applicable) In addition, please provide ample contact information, including telephone numbers and e-mail addresses, to facilitate any need for clarification or further discussion. Format Electronic and hard copy formats are both acceptable, although electronic submission is preferred. If provided electronically, submissions should be in a Microsoft Office compatible format or Adobe Acrobat with a file size not to exceed 5 MB. Email and hardcopy responses should be sent to the contact listed at the end of this notice. Small businesses are strongly encouraged to provide responses to this RFI, in order to assist DISA in determining the potential levels of interest, competition and technical capability to provide the required services within the Small Business community. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract plan small business goal percentages. DISCLAIMER: THIS RFI IS NOT A REQUEST FOR PROPOSAL (RFP) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICIATION OR ULTIMATELY AWARD A CONTRACT. RESPONSES WILL NOT BE CONSIDERED AS PROPOSALS NOR WILL ANY AWARD BE MADE AS A RESULT OF THIS SYNOPSIS. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, Request for Information or Solicitation for Planning Purposes is incorporated by reference into this RFI. The government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on products available. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in this RFI that is marked? Proprietary will be handled accordingly. Responses to the RFI will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Again, responders are solely responsible for all expenses associated with responding to this RFI. SUBMISSION INSTRUCTIONS: How to submit: Submission by email. Email should be time stamped no later than the due date. Email should not exceed 5 Megabytes (MB). Email to bill.ryan@dhs.gov Due Date: 29 August 2006 5:00PM Eastern Daylight Time (EDT). CONTACT INFORMATION: The Point of Contact (POCs) for questions on this RFI are: Mr. Bill Ryan DHS National Communication System / N2 PO Box 4502 Arlington, VA 22204-4502 (703) 607-6127 bill.ryan@dhs.gov
- Place of Performance
- Address: DHS National Communication System / N2, PO Box 4502, Arlington, VA
- Zip Code: 22204-4502
- Country: UNITED STATES
- Zip Code: 22204-4502
- Record
- SN01099099-W 20060729/060727220141 (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 |