Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOURCES SOUGHT

R -- Total Asset Visibility Phase 1B

Notice Date
9/8/2006
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Mitigation Branch, 500 C Street, S.W., Room 350, Washington, DC, 20472
 
ZIP Code
20472
 
Solicitation Number
Reference-Number-TAV1B
 
Response Due
9/20/2006
 
Description
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), seeks to identify potential sources that are capable of performing the continued implementation and operation of the Total Asset Visibility (TAV) logistics system. A Blanket Purchase Agreement, with STRATIX Corporation, 4920 Avalon Ridge Parkway, Norcross, Georgia 30071-1572, was awarded for the delivery of Phase I of the TAV system. DESCRIPTION: The TAV logistics system is a Commercial off the Shelf (COTS) system that consists of three principal components, namely the Warehouse Management (WM) module, the Trading Partner Management (TPM) module, and the Orbitrax GPS tracking module. The WM module handles all inventory functions within the FEMA logistic centers (warehouses) in Atlanta, Georgia and Fort Worth, Texas. The Trading Partner Management (TPM) module handles shipping of all commodities and assets among locations within Region IV and VI. TPM is used by FEMA logistics managers to identify commodities stored at the various logistic centers that are to be distributed to State and local authorities and disaster victims. Orders are prepared in TPM and sent to logistic centers in WM where the stock is pulled from the warehouse, prepared, and shipped to the specified locations. In the near future, FEMA logistics managers will also use TPM to place orders with commercial entities and other Federal Agencies for goods and materials to replenish the stock of the logistic centers. The Orbitrax GPS tracking module, provided by OrbitOne, is a one-way satellite transmitter affixed to trailers carrying disaster commodities from the logistic centers to the disaster theater. The WM and TPM modules are provided by Manhattan Associates. The WM module consists of multiple Linux Red Hat and Windows 2003 servers that host the application, web user interface, integration, and Oracle database. Within the FEMA logistics centers the WM application is accessed over wireless handheld scanning devices. Tablet PCs run on the Microsoft Windows XP operating system and the wireless handheld scanners run on the Microsoft Pocket PC operating system. Access security for the wireless warehouse devices is provided by Air Fortress software from Fortress Technologies. The TPM application resides on servers running Microsoft 2003, IIS web server, and SQL server technologies. TPM is accessed through the Internet using Microsoft Internet Explorer thin client and/or using VPN technology using iPass virtual private network software from iPass Inc. and Black Ice from Internet Security Systems Inc. for firewall protection. Some of the commercial entities and Federal Agencies access TPM through the Internet after being granted access by FEMA. Others are granted access to the system via broadband communication through the Internet using virtual private network (VPN) technology. The two applications, WM and TPM, exchange data through a secure FTP process using secure shell technology from Vandyke Software. The tracking data from the Orbitrax system is accessed through TPM. The serial number for an individual Orbitrax unit is tied to the shipment documentation in TPM; clicking on the serial number in TPM directs a user to the OrbitOne website where the shipment's geographic location can be viewed. REQUIREMENTS: The successful offeror must be able to continue the implementation, operation, support, and expansion of the TAV system. Requirements to accomplish this include: (1) Maintenance of system hardware, including handheld readers and tablet computers; (2) Maintenance of GPS tracking devices provided by OrbitOne; (3) Maintenance and support of system software provided by Manhattan Associates; (4) The expansion of the WM and TPM modules. FEMA currently owns sub-modules within WM and TPM that have not been activated; (5) The inclusion of additional Manhattan modules, as required; (6) The inclusion of additional Manhattan modules, as required; (7) The expansion of the TAV system to new locations, as required. These locations may include additional FEMA logistic centers, other Federal partners, or vendor partners; (8) The ability to surge support staff in response to a disaster. At a minimum, the contractor must have the capability to surge up to 100 people to support disaster response. These people may be deployed to both headquarters and field locations. RESPONSE REQUIREMENTS: Contractors, including small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to participate. Foreign and domestic suppliers will be considered equally. Responses to this Sources Sought Notice should be limited to 25 pages or less and include supporting materials that allows for an effective evaluation of your company's/team?s competence, experience, and overall understanding of the scope of work that FEMA has identified. Submissions should include company history, company size, major products, primary customer base, points of contacts (able to discuss the submitted materials), and a description of past experience. Contractors are to provide evidence of how they intend to be responsive to the urgent and short lead-time requirements. Responses to this Sources Sought Notice are hereby requested by 12:00 PM Eastern Standard Time (EST), on 20 September 2006 to support the Government's milestone objectives. Information should be e-mailed to Aaron H. Ford, Contracting Officer at both Aaron.Ford@associates.dhs.gov and Aaron.Ford1@dhs.gov. Questions can be submitted electronically to both Aaron.Ford@associates.dhs.gov and Aaron.Ford1@dhs.gov . Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. All information shall be provided free of charge to the Government. The Federal Emergency Management Agency may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary.
 
Record
SN01137509-W 20060910/060908220444 (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.