SOURCES SOUGHT
R -- Physical Security Information Management System
- Notice Date
- 6/11/2013
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA-13-RFI-ST2
- Archive Date
- 7/30/2013
- Point of Contact
- Andrew J. Lloyd, Phone: 703-312-3675, Cora L. Greene, Phone: 703-312-3558
- E-Mail Address
-
lloydaj@state.gov, GreeneCL@state.gov
(lloydaj@state.gov, GreeneCL@state.gov)
- Small Business Set-Aside
- N/A
- Description
- 1.0 Purpose This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein. The government is requesting information regarding the availability and feasibility of attracting new service providers to support the requirements of the Department of State (DOS), Bureau of Diplomatic Security (DS), Office of Security Technology (ST), as described in this RFI. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the below-listed services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. The government will not entertain telephone calls or questions for this RFI. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. 2.0 Background DS is the law enforcement and security arm of the DOS. DS is responsible for providing a safe and secure environment for the conduct of U.S. foreign policy. All Foreign Service posts (embassies, consulates-general, consulates, et al.) operate with technical and physical security programs designed and maintained by DS. ST has the key role in ensuring overseas technical and physical security systems are installed, maintained, repaired, upgraded, and monitored. Monitoring of technical security systems is done both locally and through an advanced, global, remote monitoring and control system and network, named the Security Management System enterprise (SMSe). SMSe is the 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. SMSe provides real-time and historic data by integrating technical security sub-systems at Foreign Service posts, then connecting posts and monitoring centers via the SMSe Network (SMSeNet). SMSe data is available to Regional Security Officers (RSO), Security Engineering Officers (SEO) and Marine Security Guards (MSG), regional Engineering Service Center (ESC) staff, the DS Command Center (DSCC), and to the SMSe Network Operations Center (NOC). ST is seeking a commercially available off-the-shelf (COTS) solution for aggregating, parsing, analyzing, and displaying security data from various systems related to automated access control, intrusion detection, imminent danger notification, and digital video recording. This solution should display data logically and utilize geospatially correct 3-D digital models, of designated foreign sites, to assist with security environment situational awareness. 3.0 Requirements 3.1 General Requirements DS is interested in exploring the various COTS Physical Security Information Management (PSIM) systems in the marketplace, particularly those capable of ingesting data from various security subsystems. The PSIM should further integrate interactive 3-D models with interactive icons to enhance situational awareness. Compatibility with Google Earth for all geospatial information is highly desired. The solution should provide a foundation for future capacity and capability to allow for the integration of custom connectors for integration of new technology or data sources. The PSIM systems must be able to acquire, parse, analyze, and display data in such a manner that all monitoring personnel can quickly determine the urgency of any reported situation. 3.2 Environment The PSIM servers will be provisioned on government-owned hardware. Components such as web servers, messaging servers and database engines shall be COTS products, NIST-certified and text-based, where possible. The ability of the application to utilize FIPS compliant algorithms for encryption, hashing and signing for communication, is an important factor. The system must communicate with PSIM clients on an IP-based intranet. Network bandwidth for remote sites is extremely variable and selected remote sites should be capable of standing alone during any network outage. Operations at remote sites should remain stable during interruptions in connectivity to the Wide Area Network (WAN) and should have buffering and synchronization capabilities, such that all relevant sites are updated and return to normal operations upon WAN reinstatement. Network latency to remote sites of up to 600ms should be expected and cause no inherent problem in the method by which data are displayed to on-site personnel or to associated remote monitoring stations. The solution should be able to leverage Active Directory for authentication and role assignment purposes, operate in an environment utilizing a Virtual Desktop Infrastructure, be configurable for high availability to include application redundancy, and be capable of operating in IPv4 and IPv6 environments. 3.3 Hardware The PSIM shall have a proven ability to integrate inputs from the following list of equipment, such that automated analytical functions can be applied to display actual event information in the appropriate manner. Control functionality should be built into the PSIM user interface, such that all suitable and actionable responses can quickly be selected, initiated and logged. • Software House iStar Pro and iStar Edge panels (via Software House C*Cure 800/8000 software) • Federal Selectone 300VSC-IP (via SNMPv2,v3) • AES 6868e (via SNMPv2,v3) • Morpho Itemizer DX (via API) • Hirsch M2 and M8 panels (via Hirsch Velocity software) • Uptime Devices SH2 (via SNMPv2,v3) • ServerTech CDU (via SNMPv2,v3) • Best Power/Powerware Bestlink Web Adaptor (via SNMPv2,v3) • Panasonic WJ-SX650 CCTV Matrix (via API) • Intellex DVRs v3.1, v4.0, v4.1, v4.2, v4.3, and v5.0 (via API) • Juniper SSG, EX and SRX model router/encryptors/switches (via SNMPv2,v3 and SYSLOG text) • Cisco SG300 switch (via SNMPv2,v3 and SYSLOG text) • Linksys SRW2024 switch (via SNMPv2,v3) 3.4 Inter-Process Communications The PSIM system software must be capable of connecting to each of the following applications: 3.4.1 Software House C*Cure800 v8.3.2 and v10.1 • Receive status changes of inputs, outputs, doors, controllers, events, etc. • Check for real-time status of inputs, outputs, doors, controllers, events, etc. • Command outputs, doors, and events (e.g., momentarily unlock doors, activate event) • Receive AACS events (e.g., card admit, card reject) • Search personnel database for expanded personnel data (i.e., custom fields) 3.4.2 Hirsch Velocity v3.0 and v3.1 • Receive status changes of inputs, outputs, doors, controllers, etc. • Check for real-time status of inputs, outputs, doors, controllers, etc. • Command outputs and doors (e.g., momentarily unlock doors, activate event) • Receive AACS events (e.g., card admit, card reject) with photo 3.4.3 SolarWinds • Receive/check individual node status changes • Receive Network Performance alerts 3.4.4 SNMP and SYSLOG • Receive SNMP traps and SYSLOG messages, and process as alerts • Poll SNMP devices on-demand for real-time status (e.g., temperature, UPS input voltage) • Processing of SNMP traps without management information base • SNMP trap receipt verification (ensure that an SNMP trap reaches its destination) 3.4.5 Panasonic WJ-SX650 CCTV Matrix • Control monitors • Control PTZ cameras 3.4.6 Intellex Digital Video Recorders (DVRs; v3.1, v4.0, v4.1, v4.2, v4.3, and v5.0) • Access live and recorded video • Display multiple live video feeds from different DVRs 3.5 Client Operation 3.5.1 Alerts • Display alerts in list format • Selection of specific alert should display pre-programmed SOP • Selection of specific alert should be capable of adjusting 3-D model view to pre-programmed location/coordinates • Alerts should be able to be acknowledged and then cleared • Specific alerts should be capable of requiring comments before being cleared • Comments can be entered either manually or by using a pre-established drop-down menu • Alerts should be capable of automatically retrieving and displaying video clips from a DVR, based on the alert's time stamp 3.5.2 Automated Access Control Systems • Provide optional pane/window to display AACS events as they occur (card admitted & card rejected), to include the user's name, AACS door, time and display the user's photo. The pane/window should allow for multiple AACS events to be displayed concurrently, allowing the PSIM operator to select an individual AACS event to display greater detail. • Provide the operator the ability to search, on-demand, a C*Cure badging database for personnel information, to include custom fields and photo. The operator should be able to choose from one or more C*Cure databases to be included in the search. 3.5.3 2-D and 3-D Windows/Panes • Icons within 2-D maps and 3-D models must be capable of dynamically changing colors based on alerts or input status • Icon size within 2-D maps and 3-D models should be scalable to avoid a cluttered view • Clicking/Selecting icons shall be capable of several programmable functions: • Momentarily open door • Retrieve and display live or recorded video feeds • Request status from device (e.g., temperature, input voltage, etc) • Display 3-D model in different pane/window • Ability to return to the home/default view • Ability to view the status (alarm, access, secure, communication failure) of all sites on a global map • Ability to apply layers on the global map, such as time zones, country borders, country names and day/night status 3.5.4 2-D and 3-D interaction • Provide multiple windows for separate 2-D and 3-D views of a site • Allow the 2-D view to be programmed, so that a designated section or icon within the 2-D view can be selected, which will then cause the 3-D model to reposition accordingly • Navigation of the 3-D model view will not affect the 2-D view 3.5.5 Output Buttons • Populate GUI with independent, programmable buttons or shortcuts that will have similar output capabilities to any icons within the 3-D model. Background: Ability to provide critical functions to the user without having to navigate the GUI (e.g., compound lockdown event) 3.5.6 Navigation Tree • Provide a hierarchical navigation tree to organize multiple sites and site objects • Selecting any site within the navigation tree should display the selected site's 2-D and 3-D views 3.5.7 Video • Support MPEG4 and H.264 formats • Ability to display multiple live video feeds in a multi-pane view (e.g., 4x4, 3x3, 2x2). If the multiple camera feeds are coming from the same Intellex DVR, they must require only a single connection to that DVR (i.e., four cameras would not require four separate connections to the same DVR). 3.5.8 Reports • Provide interface, which allows the operator to retrieve historical data, such as alerts and operator actions • Provide selectable filters into the reports interface so that the user may narrow results 3.6 Configuration Editing 3.6.1 Alerts • Provide seamless solution for importing sensor data from third party systems, such as Software House C*Cure, Hirsch Velocity and SNMP alerts/SYSLOG messages 3.6.2 Provide solution for batch import of Intellex cameras • Provide capability to edit multiple alerts simultaneously, applying common characteristics (e.g., select multiple alerts and link them to a common SOP) 3.6.3 3-D Models • Allow creation/import of custom icons • KML/KMZ format preferred 3.7 Software Engineering 3.7.1 Vendor must have demonstrated capabilities in: • Innovative solution design • Customization • Development • Documentation • Configuration management • Testing • Integration • Implementation • Maintenance • Training and certification programs • Software support • Migration support 3.7.2 These capabilities must be demonstrated in the following areas: • Web/Collaboration services and solutions • Database, product and systems administration • Business processes • Change management • Systems security • Comprehensive graphic user interface • Data correlation • Data management • Situational awareness, 2-D / 3-D capabilities • Effective use of geospatial information • Flexible work flow logic • Customizable reporting and analytical tools 4.0 Summary of Requirements Diplomatic Security is seeking a PSIM system solution for aggregating, parsing, analyzing, and displaying security data from a wide variety of integrated subsystems. There are current subsystems, noted above, and there will be a need to easily integrate future subsystems. The PSIM solution must incorporate existing post 3-D models, and future 3-D models. The DS SMSe team will manage all applications, hardware and the network itself, as it has been doing for many years. Subject matter expertise is anticipated to be sought from the contractor, as needed, via a Software Support Agreement or some similar vehicle. 5.0 Instructions 5.1 Responses Responses must be limited to 25 pages or less, utilizing Microsoft Word or a PDF document, in Times New Roman 12-point font. Include your company DUNS number, CAGE code (if applicable), company POC and socioeconomic status under NAICS code 541511, Custom Computer Programming Services, or other relevant and appropriate NAICS codes. 5.2 Formatting The responses should be in the following format/order: • General Business Information: Provide general information about your business, to include the information contained in section 6.1, as well as any National Industrial Security Program clearance information. • Requirements: Address the requirements contained in the aforementioned 4.0 Requirements; weight and detail paragraphs and bullets, as you deem appropriate. • Experience: Provide experience, capabilities, contracts, and customer information as you deem appropriate. • Points of Contact: List one or more points of contact for your company. • Summary: Provide brief concluding remarks, as you deem appropriate. The Government will not entertain telephone calls or questions for this RFI. 5.4 How to Respond Please submit your response no later than Monday, July 15, 2013 at 2:00 PM Eastern Time, with electronic copies sent to the following points of contact: • Andrew J. Lloyd: Contract Specialist - LloydAJ@state.gov • Cora L. Greene: Contract Specialist - GreeneCL@state.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA-13-RFI-ST2/listing.html)
- Place of Performance
- Address: 1400 Wilson Blvd., Arlington, Virginia, 22209, United States
- Zip Code: 22209
- Zip Code: 22209
- Record
- SN03085920-W 20130613/130611235050-edee6c3b0095fc3c3bec8bb37d365aab (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 |