Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2013 FBO #4208
DOCUMENT

63 -- Request for Information (RFI) - Attachment

Notice Date
5/31/2013
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
N00178 Naval Surface Warfare Center, Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
Solicitation Number
N0017813Q1205
 
Response Due
6/21/2013
 
Archive Date
9/30/2013
 
Point of Contact
Teresa Spiker,
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a Request for Information (RFI) from the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), to support Z Department. Please provide the information outlined in the attached Request for Information. Restrict all responses to non-proprietary information. Be advised that all submissions become Government property and will not be returned. The submission of information in response to this notice is for planning purposes only and shall not be construed as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only and part of market research and will not be shared outside of the Government. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor responses to this announcement. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The intent of this Request for Information (RFI) is to identify potential Physical Security Information Management (PSIM) capability offerors. NSWCDD will use the responses to this Sources Sought synopsis to make appropriate acquisition decisions for the planned contract. Interested sources must submit any comments and information via email to Teresa Spiker teresa.spiker@navy.mil no later than 21 June 2013. Clarification questions must be received via e-mail by 2:00 p.m. on Monday, 10 June 2013. Responses received after the deadline of 21 June 2013 may not be considered. This announcement is posted for data gathering and planning purposes only. It DOES NOT constitute a solicitation, and is not to be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not reimburse any respondent for any cost associated with information submitted in response to this RFI. The Navy Anti-Terrorism / Force Protection (AT/FP) Ashore Program Management Office is tasked to procure, deliver, integrate, install, and sustain systems and equipment which will provide the ability to protect mission critical assets and personnel from acts of terrorism and natural disasters. The AT/FP Ashore Program delivers systems which support the need to define the functions of detect, assess, warn, defend, and recover per the Joint Functional Concept (JFC). The protection provided by the AT/FP Ashore Program extends to personnel, equipment, naval forces, and infrastructure located at naval installations world-wide. Threats may approach from the land, water, airspace, or cyber boundaries of the installation. Once detected, potential threats must be efficiently tracked and classified to allow sufficient time to coordinate an appropriate response. A major component of AT/FP is to provide a common approach for aggregating available data from multiple data sources, sensors and systems; processing and parsing the data to produce information; correlating and analyzing the information to an alert to authorities and responders; and managing response resources and procedures efficiently and effectively to resolve the situation. NSWCDD is interested in receiving information on available open architecture PSIM product offerings providing comprehensive security event awareness and response management. Solutions focusing on service-oriented architecture (SOA), open standards, open and government-developed specifications, and efficient / lightweight server architecture are most desirable. Although proposals addressing single-vendor product suite approaches, the primary emphasis of this RFI is on platforms which: Meet or are capable of meeting all requirements in Attachment 1. If there are requirements that require development, please indicate the typical level of effort and cost for the notional development either in one-time cost, portion of the licensing agreement or other. Leverage existing Navy investments in security and Emergency Management systems and devices. Support multiple vendor systems and devices for the same capability. For example, the PSIM shall support video management systems (VMS) offered by multiple vendors). Maximize the use of Open Standards for system and device integration and information sharing. Provide Open Software Development Kit (SDK) and/or Application Programming Interface (API). Offer enterprise deployment interoperability, flexibility and scalability (e.g., 50+ installations centrally and/or remotely monitored). Support centralized server application hosting and thin client remote access / control (e.g., Headquarter / Campus configuration). Support server virtualization and distributed computing / hosting / failover. Offer a flexible and intuitive Graphical User Interface (GUI) for interacting, customizing layouts, layers, buttons, control functions, and windows. Support multiple end user computing platforms (e.g., server, workstation, zero client, mobile device). Have an up-to-date list of supported 3rd Party Systems / Devices AND how they have been integrated (e.g., Open Standard, Open Specification, vendor-to-vendor proprietary agreement). Have documented past performance with United States Department of Defense (DoD). Have pursued / attained Certification and Accreditation (C&A) through DoD. NSWCDD is in the initial steps of assessing possible solutions for fielding. If pursued, the concept of employment would be to eventually provide this capability to all Navy installations within the enterprise. It is requested that a cost model, such as enterprise or per seat implementation, be provided for any proposed solution. Other considerations in evaluating proposed solutions are that: Proposed solution has a well-defined pricing model for incremental growth in supported systems and devices. Proposed solution has a well-defined pricing model for incremental growth in enterprise size. For example, an initial integration and deployment phase may comprise five (5) Navy installations / campuses and a follow-on phase may add five (5) more installations / campuses, and so on. Proposed solution has a well-defined support / maintenance cost model. Proposed solution shall not increase manning for existing law enforcement and dispatch personnel. Proposed solution shall meet a Technology Readiness Level (TRL) of 8-9. Responses to this solicitation should focus on commercial-off-the-shelf (COTS) solutions involving leading edge PSIM solutions. Responses to this RFI must be submitted via email to NSWCDD by 2:00 p.m. on shall be limited to four (4) pages, single-sided, in 12-pt Times New Roman font. Cover pages and Tables of Contents do not count towards the four (4) page limit. Points of contact shall include at a minimum, the person s name, title, email, phone number and mailing address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017813Q1205/listing.html)
 
Document(s)
Attachment
 
File Name: N0017813Q1205_Attachment_1_from_TPOC_17_May_2013.docx (https://www.neco.navy.mil/synopsis_file/N0017813Q1205_Attachment_1_from_TPOC_17_May_2013.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0017813Q1205_Attachment_1_from_TPOC_17_May_2013.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03076694-W 20130602/130601000117-09be273387996ed51dd625e0ff8fa098 (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.