SOURCES SOUGHT
70 -- Broadcast (mass notification) System
- Notice Date
- 11/7/2011
- Notice Type
- Sources Sought
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA-SOL-12-1089857B
- Archive Date
- 12/7/2011
- Point of Contact
- Jacqueline L Warren, Phone: 301-827-7152, Linda Alexander-Giles, Phone: 301-827-7048
- E-Mail Address
-
jacqueline.warren@fda.hhs.gov, linda.alexander-giles@fda.hhs.gov
(jacqueline.warren@fda.hhs.gov, linda.alexander-giles@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Broadcast (Mass Notification) System This Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Food and Drug Administration or its Centers. The purpose of this RFI is to help the FDA understand the industry best practices, technical solutions, and sources capable of meeting the FDA's requirements. Specifically, the Government is seeking verification that its broadcast (mass notification) system requirement is commercially available, determine if there are any questions about the FDA's requirements, determine if industry notes any omissions in the requirements, and information about sources available to meet the FDA's requirements. SOURCES SOUGHT: determine the availability and capability of qualified small businesses (including Small Business Administration Certified 8(a) Companies; firms in Historically Underutilized Business Zones (HUBZone); Service-disabled veteran-owned small businesses; and Women-owned small businesses) to provide a broadcast system for the FDA's Division of Federal-State Relations (DFSR). FDA welcomes responses from all interested parties. REQUIREMENTS The Government requires a fully integrated mass notification system that is UFC compliant with a broad spectrum of integrated solutions. The Government requires a system that is modular in design to allow for scalability. The Government will also require contractor shall provide system maintenance, monitoring and upgrades (as they are released). Notification System Requirements: a) The system shall be capable of sending high volumes (thousands) of messages simultaneously to multiple media to include SMS test messaging, voice (fax) calls, pagers and email notification. b) All messages shall be delivered in seconds using multiple paths to pagers, cell and landline phones, BlackBerrys, PDAs, email address, or faxes. c) The system shall be capable of providing status information (confirmation) of sent messages. The status information shall include: date, time, content, recipients and message distribution by device type and carrier. d) The system shall ensure accuracy of stakeholder contact information by integrating directories to include personnel or organizational directories to maintain an accurate database and allow for self updates at any time. e) The system should provide flexible enrollment options with the ability for users to update their profiles. f) Authorized senders must be able to create notifications by both the web and mobile devices. FDA uses the Blackberry device. g) The system must allow the ability to schedule messages for a future date/time. h) The system should allow for multiple phone, email and SMS devices per contact. i) The system must be capable of broadcasting multiple messages a day (upwards of 20 a day). j) The system must uniquely identify emergency or priority messages or calls from non-emergency calls. k) The system must be able to attach files to its messages. File types could range from Word documents to Adobe PDF to various image files. l) The system shall maintain direct connectivity with major wireless carriers, be capable of high volume delivery to carriers/networks/devices, be adaptable to organizational structure and operating procedures, allow for two way communications for delivery confirmation and user response, allow for on-site or hosted models, have provisions for priority messaging and have functionality for pre-scripted rapid alerts to provide for speed, reliability and accuracy. m) The system shall be capable of being deployed as a full externally hosted system with servers in a secure facility. n) The system shall be capable of collecting demographic or geographic information on users. o) The system shall allow for search functions to create specific groups for messaging. p) The system shall provide the means where emergency officials can issue receive and share information feeds. q) Conformance with Section 508 of the Rehabilitation Act. Performance Requirements: The contractor shall have enhanced delivery systems that demonstrate the ability to provide reliable, direct delivery into carrier SMS networks such as Sprint/Nextel, Verizon and AT&T. The system must demonstrate the capability to provide server to server data security through the use of SSH tunnel using triple DES encryption. The system shall use 128-bit SSL encryption for within and between systems. The system shall include layers of security to the system with provisions to allow users, managers and administrators access to appropriate information based on levels of authorization. The system should reside in a SAS 70 Type II certified data center. The system must be redundant and utilize geo-dispersed facilities to deliver messages. Customer Support and Training: The contractor will provide training to authorized users. There is estimated to be a total of 5-10 authorized users. In addition to any initial set up training, the preferred vendor will provide such training at no additional cost after any enhancements or version upgrades to the software solution. RESPONSES: Responses to this notice shall be limited to ten pages (excluding marketing literature and/or technical data sheets), and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Original Equipment Manufacturer's marketing literature and/or technical data sheets. 4. Customary practices regarding customizing, modifying or tailoring of items to meet customer needs and associated costs. The flexibility of the notification system to allow for integration with other public health and public safety mass notification systems if necessary. Additionally, the possible scalability of available systems. 5. Commercial pricing list or other pricing information. 6. Customary practices, including warranty, discounts, contract type under which commercial sales of the products or services are made. 7. Any questions concerning the FDA's requirements for the Broadcast (mass notification) System. Omissions from the requirements information that are needed to meet the Government's need; such as what services may be required in subsequent years for hosting, operations, maintenance, and training. 8. Details regarding the security of a fully externally hosting environment. What NIST or other Federal security standards are typically included into commercially available Broadcast Notification Systems? 9. In order to ascertain if the system is commercially available, deployed and proven; a listing of other organizations that have implemented the Interested Party's system. 10. Business size for NAICS 519130 number of employees 500 and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 11. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 12. Identification of the available contract vehicles; such as: GSA Federal Supply Schedules (schedule/contract number and appropriate Special Item Numbers) or other GWAC vehicles by Agency and contract number. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FDA's review of the information received. Additionally, the FDA does not intend to hold discussions concerning this RFI with any interested parties. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. However, FDA reserves the right to contact one or more of the respondents if additional information is required or to request demonstrations of available systems. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation if issued. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONDENTS MUST SUBMIT CAPABILITY STATEMENT VIA E-MAIL to Jacqueline Warren at jacqueline.warren@fda.hhs.gov no later than November 22, 2011, 12:00 PM Eastern Time for consideration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-SOL-12-1089857B/listing.html)
- Place of Performance
- Address: 12420 Parklawn Drive, Rockville, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN02619007-W 20111109/111107234150-c7b4140a813084efa06c06194b358305 (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 |