Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
DOCUMENT

D -- The Department of State, Security Management System enterprise (SMSe) is being developed to achieve worldwide integration of selected technical security systems, with data availability to DS staff . - Amendment 1

Notice Date
8/1/2008
 
Notice Type
Amendment 1
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219, UNITED STATES
 
ZIP Code
22219
 
Solicitation Number
SAQMMA08R0071
 
Response Due
10/26/2007
 
Archive Date
8/30/2008
 
Point of Contact
Jackie L. Capel,, Phone: 703-875-6843, William L Zlater,, Phone: 703-875-6285
 
E-Mail Address
capeljl@state.gov, zlaterwl@state.gov
 
Small Business Set-Aside
N/A
 
Description
The Department of State's Security Management System enterprise(SMSe) is being developed to achieve worldwide integration of selected technical security systems, with data availability to DS staff at post and to remote DS monitoring centers, for the purpose of better protecting people, information, facilities and operations. An essential component of SMSe is the continued support and development of a network centric solution to centrally manage, display, process and archive a wide range of data collected from a variety of security devices connected from Department of State facilities around the world. The network topology is based on distributed clients connected via an existing secure WAN to central and distributed servers. The system must be scaleable to thousands of clients and 10's of servers. The system architecture must support regional and global command centers and allow for the fusion of data from various sources (both hardware and software). Specific Requirements include:1.Server software that incorporates SQL databases and management software to capture, manager, filter and archive data collected from security systems and electronic devices and sensors at remote locations-critical 2.Supporting software to build, modify and maintain site configurations and import customer supplied satellite and aerial imagery (NITF and GEOTIFF) - critical 3.Software to manage user accounts, user privileges and user roles - critical 4.Software to manage a role based web portal document, software and report server with the ability to connect to various separate reporting databases - critical 5.Client software that performs the following functions; a.Displays real-time (or near real-time) security and maintenance event data from 1 to many sites (1000 sites, 2000 facilities) - critical b.Controls and monitors various security equipment (access control, intrusion alarms, DVR video, CCTV, matrix switchers, relay monitoring, SNMP devices, etc.) - critical c.Must integrate with (provide bi-directional control and data exchange) Hirsch (Velocity 3.0) and Software House (C*Cure 8.3) access control systems, Intellex 3.0 and 4.0 DVR systems and SNMP protocols - critical d.Retrieves or accepts data from various hardware and software sources (security systems, security countermeasures systems, environmental systems, building control systems, etc) - critical e.Provides facility, site, city, region, world situational awareness via a intuitive 2D and 3D user interface and displays the current status of Intrusion Detection Systems and site status - critical f.Displays access control badge information (real time card swipe with user picture information and search functions) - critical g.Provides automated event triggered response (e.g. cues cameras, retrieves playback video, displays information and SOPs) - critical h.Ability to display site information and SOPs in HTML (MHT) format and able to assign specific SOPs to different events i.Displays and controls security systems and facilities through an interactive high resolution photo realistic 3D facility models, showing both external and internal views and sensor locations and overlayed on satellite or aerial imagery. Models must be in OSGA, OSG, 3DS or FLT format - critical j.Allows integration of 2D satellite and aerial imagery and other GIS data - critical k.Provides zoomable views from global, regional, citywide and facility perspectives - critical l.Incorporates CAD drawings in 3D models to display floor layouts with interactive sensors (display and control capability) - critical m.Integrates automated, event driven, work flow processes with the capacity for customization - critical n.Provides automatic and manual retrieval of recorded video from DVRs and ability to save video clips - critical o.The system must have the ability to manage and dispose of archived video clips after a set expiration period - critical p.Communicates with common data types (serial, Ethernet, datafile, contact closure, etc) from non-specific equipment (vendor agnostic) - critical q.Incorporates comprehensive graphical and text based reporting, data mining and trend analysis capabilities and the ability to export data to other analysis software - critical r.Ability to customize site configurations and filter data from individual events and sites to specific users and user groups - critical 6.The client GUI design must minimize user training requirements through an intuitive layout and simplified functions. 7.The GUI design must support touch screen input 8.The system must be designed to minimize workload of security watchstanders and support personnel through data filtering, simplified event response, automatic workflow processes and other methods 9.The system must have the capability to transmit maintenance and administrative alerts and text announcements to connected clients 10.The system must be capable of managing software updates, patches, and version changes between the servers and clients. 11.The system must operate on the Microsoft Windows XP operating system - critical These requirements are currently being met by The Boeing Company under a two-year contract that calls for engineering services, Boeing's proprietary COTS software (VSOC Sentinel, Watchstander and OSS), and IT integration and support services. Only The Boeing Company is in a position to meet the above requirements without substantial and unacceptable delays to the SMSe deployment schedule, replacement of software already installed at DoS facilities, and/or payment of development costs to meet the current level of functionality. Accordingly, the Department of State intends to enter into a 5-year contract (base year and 4 one-year options) with The Boeing Company to provide this support under the authority of FAR Part 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The support shall include, but not be limited to, providing maintenance services, user support, and additional functionality to address the critical and evolving objectives of SMSe. The VSOC software that is at the core of the system?s capability is proprietary and no third party access of maintenance is permitted. No solicitation document exists. Interested parties must respond within 15 calendar days of this notice with a written statement of capabilities that demonstrates the present capability and past performance to meet the requirements described above. Responses received as a result of this notice of intent shall be considered solely for the purpose of whether to conduct a competitive procurement. Responses will not be considered as either proposals or bids, and cost or pricing data are not solicited. Oral communications are not acceptable as a response to this notice. A determination by the Government not to open the requirement based upon written responses to this notice is solely within the discretion of the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fec8fc33c55a53e05866a941b16cc4cf&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: Justification for Other than Full and Open Competition (Boeing - Sole Source Justification 4-07-08 rev (2).doc)
Link: https://www.fbo.gov//utils/view?id=5b0b2deca9423c724b5331642b3ca878
Bytes: 89.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Worldwide, United States
 
Record
SN01629636-W 20080803/080801223801-fec8fc33c55a53e05866a941b16cc4cf (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.