Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
SOURCES SOUGHT

70 -- Telecommunications Intercept Platform

Notice Date
5/12/2011
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
271630
 
Archive Date
6/10/2011
 
Point of Contact
Melanie A Vennemann, Phone: 202.406.6940
 
E-Mail Address
melanie.vennemann@usss.dhs.gov
(melanie.vennemann@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of businesses. Pursuant to FAR 52.215-3 Request for Information or Solicitation for Planning Purposes this notice is being posted for fact finding and planning purposes only and shall not be construed as an Invitation for Bid, a Request for Proposal, Solicitation, or Request for Quotation. The United States Secret Service, Technical Security Division Investigative Support Branch (USSS-TSD-ISB) requests capability statements from businesses concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. The USSS-TSD-ISB is seeking a replacement system for an Integrated Telecommunications Intercept System for Communications Assistance for Law Enforcement Act (CALEA) and Non-CALEA voice, Internet Protocol (IP) date and Voice Over Internet Protocol (VOIP) communications/connections (Pen and Title III). Overview The USSS-TSD is conducting an industry-wide survey of available technologies and technical solutions to meet the current and future telecommunications intercept capabilities of our agency. USSS-TSD-ISB envisions a robust centralized, all inclusive telecommunications intercept platform. The system will have the ability to collect, process, analyze, decode, reconstruct, and provide various report functions of the intercepted data & audio in full content (in accordance with Title III) from numerous simultaneous telecommunication paths, in addition to unlimited Pen-register IP and telephony data. The system must be able to decode multiple specified common telecommunications application & network protocols. All data/audio will have the ability to export in non-proprietary formats. Information on standard warranty coverage, limiting provisions, if any, and length of same is requested. Similarly, information on costs for a four year outlook, to include training for 250 personnel (analyst, monitors and administrator), and 24/7 support, is also requested. Additional Requirements Connectivity The collection platform will be accessed by secure connections (Virtual Private Network/VPN) from remote clients for full functionality to include monitoring, analyst and administrators. The remote clients will have complete functionality of the centralized system. Processing The platform must have a robust architecture to handle high traffic flows (at a minimum of 600 Megabits per Second/Mbps) to accommodate the simultaneous intercepts required with full IP content. In addition, the platform must process and rebuild two million sessions per day automatically to properly maintain appropriate input without undue backlog buildups. Functionality The intercept System must be able to export all IP collected data in non-proprietary formats (Packet Capture/PCAP files) and input (auto-load) subpoenaed or captured data from network sniffers or network analyzers or from cell phone forensic data. The intercept System must have capabilities to map the location of cellular intercepts on commonly available computer mapping software formats. Additional capabilities should include mobile viewing capability on smart phones for all tracking / geo-fencing of targets. The intercept System will have automatic subscriber look-up service via multiple common Law Enforcement information interfaces. It is anticipated that vendor will include unlimited look-up service for all these subscriber interfaces, which should be included in annual license and/or maintenance costs. Intercept System will support Private Branch Exchange (PBX) interface collection for analog, digital, Integrated Service Digital Network (ISDN) and VOIP calls. Intercept System will have separate PBX collection hardware for intercepting telephony data from various PBX and protocols. This hardware will send all intercepted data to the main Intercept System for monitoring and minimizing. System will support an Auto translation of intercepted message data from numerous highly specific foreign languages. Standards Intercepted data will adhere to industry CALEA implementation protocols, T1.ias, T678, JSTD25b. In addition, data will have minimum DOJ evidence standards for storage integrity and evidence preservation including digital signatures. Vendors should submit capability statements addressing, at a minimum, the above stated information in addition to the questions below. •· The desired capabilities include event planning, execution, monitoring, and reporting that supports protective, investigative, and administrative operations. An integrated solution is desired that may include various functional modules. The desired capabilities include the following: •· Support resource allocation and scheduling for all personnel, equipment and material required to plan, assemble the resources, and execute an event. •· Access, integrate, and make use of data such as personnel availability, personnel skills, personnel costs, available travel modalities, and travel modality costs into operations logistics and scheduling actions. •· Primary point for collection and reporting for all data related to resources expended in support of an event to include: •o Cost related to travel, shipments, equipment installation, leased equipment and facilities, hotels, per diems, rental cars, communications lines or circuits, and personnel salaries related to a specific event. •· Support monitoring of the location and status of key resources, personnel and activities through the duration of the event. USSS-TSD is looking for an existing product (software application/system) or an integrated collection of existing products that meet the desired capabilities stated above. In addition to product capability, USSS-TSD is interested in learning product characteristic to the extent available, such as: •· Has your product (software application/system) been installed in a classified environment? •· What technology does your product (software application/system) support? •· What are the hardware requirements for your product (software application/system; both server and client; etc.)? •· What operating systems are supported by your product (software application/system; examples - Windows, UNIX, etc.)? •· What databases are supported by your product (software application/system; examples - Oracle, SQL Server; etc.)? •· What authentication methods are supported by your product (software application/system; examples - Active Directory, etc.)? •· Does your product (software application/system) offer source code access for developer modification? •· Does your product (software application/system) offer a developer Software Development Kit (SDK) or Application Program Interface (API)? •· What applicable standards does your product (software application/system) adhere to, including Request for Comments and open standards? •· What are your product (software application/system) differentiating factors? •· How are upgrades provided? •· What information about test methodology, data, and results to validate performance claims is available? •· Do you have any specific contract terms and conditions? •· What are your performance and interface characteristics? •· What are your authentication experiences? •· Do you have any authorization models? •· What other government organizations (local, state, or federal) use your product and for how long? Please provide points of contact with those clients and contact information. •· Is your package available on the General Services Administration (GSA) federal supply schedule contract, or other Governmentwide Acquisition Contract (GWAC)? •· What are the cost-driving factors? •· Provide associated pricing data from existing product catalogs related to product pricing, licensing and maintenance fees and/or services. Specifically, we request pricing for maintenance and operational support services and training, to include cost of training material/manuals. •· Please provide life cycle cost estimates and basis for your proposed solutions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/271630/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02446301-W 20110514/110512234511-69dfadb4187e0e99b61a3aa9f06d69d4 (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.