Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOLICITATION NOTICE

58 -- Lawful Intercept Mediation System

Notice Date
6/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
DJD-17-R-0035
 
Archive Date
7/29/2017
 
Point of Contact
Kaitlyn M Mahafkey, Phone: 2023078337
 
E-Mail Address
kaitlyn.m.mahafkey@usdoj.gov
(kaitlyn.m.mahafkey@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
DJD-17-R-0035 THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. This synopsis does not commit the Government to award a contract, nor does the Government intend to pay for any information submitted in response to this synopsis. The Drug Enforcement Administration (DEA), Office of Acquisition and Relocation Management (FA), intend to issue a solicitation for the acquisition of a Lawful Intercept Mediation System (LIMS-1) and/or a Lawful Intercept Management Server (LIMS-2), referred to jointly by the acronym LIMS, to connect with a Transcription and Translation Support Services (T2S2) Collection Fleet System, and Associated Fleet Support, Services, and Maintenance for all DEA Foreign offices. A Lawful Intercept Mediation System (LIMS-1) shall serve as the primary mediation system connected directly in a service provider’s network as part of the service provider’s network. (The LIMS-1 may or may not be collocated within the service provider’s network.) A Lawful Intercept Management Server (LIMS-2) shall act as a centralized server (located outside a service provider’s network) to communicate with multiple service providers’ Lawful Intercept Mediation Systems (LIMS-1). In the case of a management server, the primary function is to serve as a centralized provisioning system (HI1/provision) and if applicable a centralized delivery point for intercepted data (HI2/IRI/data). Either LIMS shall be compatible and able to support the Contractor’s T2S2 Systems provided by the government, including the ability to seamlessly and without delay process all Intercept Related Information (IRI) to the T2S2 System. The LIMS shall be capable of providing comprehensive management of all incoming and outgoing intercepted information prior to delivery to the Contractor’s T2S2 System throughout the following three stages, when applicable: 1.Extraction or delivery of IRI from the service providers’ network; 2.Mediation of IRI in a format to conform to specific standards required by the T2S2 system; and 3.Delivery of IRI to the Contractor’s T2S2 System. All Collection Systems shall be compatible with all hardware/software solutions developed by industry to comply with the Communications Assistance to Law Enforcement Act (CALEA), the standards set by the European Telecommunications Standards Institute (ETSI), and the 3rd Generation Partnership Project (3GPP). The systems shall provide the associated support, services and maintenance. The North American Industry Classification System (NAICS) code applicable to this requirement is 334290 - Other Communications Equipment Manufacturing with a size standard in number of employees of 750. DEA anticipates issuing Basic Ordering Agreements (BOAs) which could lead to multiple awards for base plus four (4) successive option years to those vendors who will meet the Government requirements, in accordance with solicitation terms and conditions. The basis for award will be based on best value meeting the criteria's of the solicitation, technical factors plus on-site testing for the existing proposed system. All interested parties must be registered in the Systems Award Management, www.SAM.gov. This request is open to all business sizes; however, small businesses are encouraged to respond. This is the only notice that will be placed on FedBizOpps for this requirement. In order to pre-qualify to receive a copy of the solicitation you must submit: -Company’s capabilities statement -Company’s relevant past experiences within the last three (3) years -Company’s SAM registration -Company’s business size and socioeconomic standards. No questions will be accepted at this time. Please submit all requested information to Kaitlyn Mahafkey at Kaitlyn.M.Mahafkey@usdoj.gov by July 14, 2017 at 10:00 AM EST. No telephone requests will be accepted. Once all responses are evaluated, the companies who submitted information will be notified if they pre-qualified for a copy of the solicitation. If the company has been pre-qualified you will be contacted by DEA and receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-17-R-0035/listing.html)
 
Place of Performance
Address: Lorton, Virginia, 22079, United States
Zip Code: 22079
 
Record
SN04546447-W 20170617/170615235655-11ee63a724ffe89801b663afcfb9c384 (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.