SOURCES SOUGHT
70 -- Security Assessment Software
- Notice Date
- 6/6/2014
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- KHD0410141000
- Archive Date
- 7/5/2014
- Point of Contact
- Kimberly Darby,
- E-Mail Address
-
kimberly.h.darby.civ@mail.mil
(kimberly.h.darby.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Sources Sought Synopsis: INTRODUCTION Washington Headquarters Services, Acquisition Directorate (WHS/AD) is seeking qualified and capable sources to include Small Business concerns to provide Security Risk Assessment Analysis Software. This is not a solicitation. This notice neither constitutes a Request for Proposal, nor does it restrict WHS/AD to the ultimate acquisition approach. Responses from "all" sources is requested including Small Businesses, 8(a) small businesses, HUBZone small businesses, Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses and Economically Disadvantaged Women-owned Small Businesses. Responses will be used to support Market Research being conducted by WHS/AD in accordance with FAR Part 10 and DFARS Part 210 to determine prospective sources to include small business (SB) firms capable of providing the services described in this notice. It is also a tool to obtain information on commercially available Security Assessment Software. The NAICS code for this Sources Sought is 511210 - Software Publishers with a size standard of $35,500,000.00. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No contract will be awarded from this announcement and requests for solicitation will not receive a response. This Sources Sought is for information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. Vendors wishing to submit a proposal to any subsequent solicitation must monitor FedBizOpps for the synopsis. No reimbursement will be made for any cost associated with providing information in response to this notice. Any information submitted by respondents is strictly voluntary. Respondents shall not submit any proprietary information and note that the Government will not return any information submitted. Required format: Respondents shall submit capability brief that clearly define the firm's ability to perform as stated in this sources sought notice. For capabilities statements, there is a maximum page limitation of 5 typed pages that are single spaced using 12 inch Times New Roman font within an 8.5 by 11 inches page size. No hard copy or facsimile submissions will be accepted. The maximum page limitation does not include informational brochures or pamphlets or sample copies of the software that may be provided. OBJECTIVE The Government has a requirement to effectively identify and communicate security solutions in a real time virtual environment that address unique realistic security issues in an urban environment. REQUIREMENT Security Risk Assessment Analysis Software: • Security system evaluation software packages that are capable of evaluating risk for complex security systems and will enable DoD leadership to make well informed decisions based on consistent, precise, and easy to understand metrics. • Security risk analysis software to support the Anti-Terrorism/Force Protection (ATFP) Program that enhances the physical security risk assessment process that is comprehensive and quantitative. • Software that effectively communicate vulnerabilities to facility owners using easy to understand visualizations, metrics, charts, and graphs as well as identifying the most effective protection strategy at the lowest cost. • Software analysis tools should be capable of processing complex modeling and simulation techniques reflective of the complex urban environments. • Software that effectively identifies and communicates security solutions in a real time virtual environment. • Software that validates the effectiveness of the security system against a designed basis threat (DBT). • Software that provides security assessment to facilities located in multiple locations in/around the National Capital Region. Effective Security Risk Assessment Software: Software that provides realistic programming goals, quantifies risk, real time photos and narrative objectives that communicate the "What-if" scenarios in a real time environment for command level decisions. Software that produces charts, graphs, and metrics on detection, interruption and neutralization. Provides a library of field tested performance data for commercially available protective measures and that also recognizes and understands the mathematical distributions and differences between each. Software that provide capability to small assessment team with training to produce complex assessment data within a short turn around period (two to three weeks). Software that is capable of providing certified methodology and independently verified performance capabilities. Software that is capable of providing modeling and simulation capability. Provide a consistent quantitative process to conduct assessments, improve risk analysis, and optimize the cost of delivering physical protection and plan force-on-force exercises for physical security. Security Risk Assessment Software Performance Capability: Performance capability that provides modeling the physical security system of the facility, including the performance and operations of detection technology and delay systems, the capabilities and concept of operations for security forces, and the capabilities, strategies, and intent of a threat. Performance capability that provides 3D modeling capabilities of security environment. Performance capability that provides support assessments of DoD facilities and used to store classified data. Performance capability that identifies adversary pathways, simulates attack scenarios and simulate response by available security forces. Warranty: Security Risk Assessment Analysis with warranty provided on all items. 2. Submission Requirements: Interested firms should submit a brief capabilities statement demonstrating ability to provide the software as specified in this notice. A company must identify its business size status and applicable NAICS code(s) in the capabilities brief and shall also address the following: (a) Company name, address and phone number, and point of contact name. If applicable a DUNS or CAGE Code. (b) Current and Past Performance corporate experiences performing efforts of similar size within the last three years and indicate work performed as a prime or subcontractor, and a brief description of how the referenced contract relates to the services described herein. (c) Provide a brochure and specifications of proposed Security System Risk Assessment Analysis Software. The Contractor shall provide with their capabilities statement a brochure or pamphlet that provides modeling and simulation and/or manufacturers descriptive literature for the software proposed for Security System Risk Assessment Analysis (d) Provide sample of Modeling and Simulation: Software that quantitatively measures the performance of physical security systems that clearly communicate risks and 3D visualizations in a virtual format. (e) Provide information that will enable users to: i.) Validate effectiveness of the security system against a design basis threat (DBT) ii.) Rapidly conduct "what-if" analysis in security design iii.) Provide consistent quantitative process to conduct assessments, improve risk analysis and optimize the cost of delivering physical protection, and plan force-on-force exercises for physical security. iv. Provide installation support and technical reach back support. (f) Provide a list of Distributors.. (g) Provide information that identifies contractual instruments that are available to provide this software (e.g. GSA, GWAC, IDIQS, etc...) and that includes schedule information and contract number(s) if applicable. (h) Provide information describing all applicable warranty information. Interested firms can submit a list of Distributors that identify where to purchase the software. 3. All responses including capability statements shall be submitted by email no later than 4:00 p.m. (EST) on 20 June 2014 to kimberly.h.darby@civ@mail.mil. Questions or comments regarding this notice shall be submitted no later than 13 June 2014 via email kimberly.h.darby.civ@mail.mil. Responses received after 20 June 2014 will not be accepted. No phone calls will be entertained. Contracting Office Address: Washington Headquarters Services, Acquisition Directorate, 1225 S. Clark Street, Suite 1202, Arlington, VA 22202
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/KHD0410141000/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN03388556-W 20140608/140606234955-488ecf660bf52547db8457d26eac8d28 (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 |