Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2020 SAM #6918
SOURCES SOUGHT

63 -- Integrated Commercial Intrusion Detection System (ICIDS) VI

Notice Date
11/5/2020 11:41:52 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-21-R-G001
 
Response Due
1/8/2021 9:00:00 AM
 
Archive Date
01/23/2021
 
Point of Contact
Maranatha Brackett, Phone: 256-955-2245, Richard Goehring, Phone: 703-704-2524
 
E-Mail Address
maranatha.brackett.civ@mail.mil, richard.h.goehring3.civ@mail.mil
(maranatha.brackett.civ@mail.mil, richard.h.goehring3.civ@mail.mil)
 
Description
REQUEST FOR INFORMATION (RFI) FOR GOVERNMENT OFFICE: Product Manager Force Protection Systems (PM FPS) Program Manager Terrestrial Sensors (PM TS) Program Executive Officer for Intelligence, Electronic Warfare and Sensors (PEO IEW&S) US Army Integrated Commercial Intrusion Detection System (ICIDS) Market Research OVERVIEW: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY ��� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� Requests for a solicitation will not receive a response.� This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever.� All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� Acknowledgement of receipt of submitted items will not be made nor will respondents be notified of the outcome of the information received. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI) website at https://beta.sam.gov/.� It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. Responses are due by 12:00PM EST, 8 January 2021. Please submit all RFI responses to Tony D. Adams, Contract Specialist, tony.d.adams10.civ@mail.mil and Danny Lester, Contracting Officer, at danny.w.lester.civ@mail.mil.� The subject line for the email submission shall read as follows: Subject:� PM FPS ICIDS RFI: �Company Name� Introduction:�INTRODUCTION: The Army Contracting Command � Aberdeen Proving Ground- Belvoir Division (ACC-APG Belvoir), on behalf of PM FPS is issuing a Request for Information (RFI), in accordance with Federal Acquisition Regulation (FAR) 15.201(e). The purpose of this RFI is to solicit industry feedback of Commercial off the Shelf (COTS) technology that can provide physical security capabilities for Army Installations, both inside and outside of the Continental United States. Assessment will be based on existing and/or emerging technologies that have a demonstrated ability to monitor the physical security of multiple and geographically separate and distant installations from a central location.� �For the purposes of this RFI, Physical Security includes but is not limited to intrusion detection, entry control and closed-circuit television monitoring of protected areas within an Army Installation. Central monitoring operates under the concept of a regional hub and executes command and control over the physical security systems of multiple Installations, either automatically or under operator control.� Installations will have between 20 to 1,000 protected areas or zones.� Depending on the size of the installations a regional hub shall monitor between 10 to 20 Installations.� A diagrammatic representation is provided in Annex A of this RFI.� Sustainment and maintenance considerations for these systems is also part of this RFI. Period of performance is a two-year base and four optional one-year ordering periods. Specific details on technologies of interest are provided below and should be thoroughly reviewed before responding to ensure your submittal meets the specific requirements. BACKGROUND: There are currently 76 Army Installations physically protected by the Integrated Commercial Intrusion Detection System (ICIDS) using different iterations of Data Acquisition (DAQ) and non-DAQ technologies and are autonomously monitored at each Installation.� There are currently four iterations of the ICIDS across the Army and are age-based.� Modernization of each Army Installation�s ICIDS is based on a 10-year cycle. This effort will include the physical security for Arms, Ammunition, & Explosives (AA&E), chemicals, and High Value Equipment. The immediate goal is to network groupings of Army Installations under a regional hub using DAQ compatible technologies while modernizing ICIDS systems for Army Installations scheduled for upgrades without interruption of physical security operations within the Installations.� The ultimate goal is to have all Army Installations, inside the Continental United States (CONUS) and Overseas, centrally monitored and sustained using 5 regional hubs. SYSTEM DESCRIPTION The ICIDS is used by security and law enforcement agencies at Army Installations worldwide, providing Commanders the means to detect and assess as necessary, the unauthorized intrusion or attempted intrusions of protected areas.� It consists of a family of reliable, standardized, state-of-the-art-commercial-technology to enhance the physical security of the site and its sensitive assets by providing early warning of compromise and/or attempted compromise of protected assets. It is an integrated system that includes the Intrusion Detection System (IDS), Closed Circuit Television (CCTV), Entry Control Equipment (ECE), communications links, and alarm reporting systems for monitor, control, and display of alarm and system information.� It is configured to provide one or more layers of protection around an asset.� Each layer is made up of a series of contiguous detection zones, designed to isolate the asset, and control ingress and egress of authorized personnel and materials.� The ICIDS is modular and scalable.� Tailored combinations of ICIDS components are designed to meet site-specific security requirements.� Components are selected, configured, and installed in varying quantities, depending on the level of protection required; the physical construction; the size, number, and location of critical or vulnerable assets or areas requiring protection; and other characteristics of the site.� In some cases, viable existing equipment are used with ICIDS.� The ICIDS is type accredited under the Risk Management Framework Process as a Closed Restricted Network. BASELINE TECHNOLOGY: Technologies shall be able to integrate with existing ICIDS and maintain a Closed Restricted Network Architecture across the US Army Physical Security Enterprise. �CENTRAL MONITORING � Respondents shall be required to explain how they would be able to implement Central Monitoring while their system is configured, designed and designated to meet NETCOM SIS/Closed Restricted Network Type IV requirements.� � Respondents shall explain how they will implement a secure one-way boundary and create a secure unidirectional connection for the central monitoring capability for IDS. � Respondents shall also explain how they would handle growth of the internal distributed network, both in physical and logical size. � � � INTEGRATION � �Compatibility will be required with DAQ ICIDS technologies currently operating within the Army Physical Security Enterprise. � SUSTAINMENT � �Respondents shall describe how they would implement internal security controls within internal infrastructure, such as Active Directory, multifactor authentication, Assured Compliance Assessment Solution (ACAS) and Host Based Security System (HBSS). � INFORMATION OF INTEREST (to be included with white paper submission) The intent of this RFI is to identify systems/technologies that have already been shown to meet performance requirements listed above and could be integrated into ICIDS within 12 months and can be validated or demonstrated in a 1-3 year time frame. The white paper should include physical and functional descriptions of the proposed system, including: �Performance Requirements - Discuss ability to meet the requirements specified above. � Technology - Discuss technologies used. Indicate Technology Readiness Level (TRL) / maturity using the chart below. Should your TRL level be below 8, state the estimated timeframe to get to TRL-8. � Level Definition DoD Description 1 Basic principles observed and reported Lowest level of technology readiness. Scientific research begins to be translated into applied research and development. Examples might include paper studies of a technology�s basic properties. 2 Technology concept and/or application formulated. Invention begins. Once basic principles are observed, practical applications can be invented. Applications are speculative and there may be no proof or detailed analysis to support the assumptions. Examples are limited to analytic studies. 3 Analytical and experimental critical function and/or characteristic proof of concept. Active research and development is initiated. This includes analytical studies and laboratory studies to physically validate analytical predictions of separate elements of the technology. Examples include components that are not yet integrated or representative. 4 Component and/or breadboard validation in laboratory environment. Basic technological components are integrated to establish that they will work together. This is relatively �low fidelity� compared to the eventual system. Examples include integration of �ad hoc� hardware in the laboratory. 5 Component and/or breadboard validation in relevant environment. Fidelity of breadboard technology increases significantly. The basic technological components are integrated with reasonably realistic supporting elements so it can be tested in a simulated environment. 6 System/subsystem model or prototype demonstration in a relevant environment. Representative model or prototype system, which is well beyond that of TRL 5, is tested in a relevant environment. Represents a major step up in a technology�s demonstrated readiness. 7 System prototype demonstration in an operational environment. Prototype near, or at, planned operational system. Represents a major step up from TRL 6, requiring demonstration of an actual system prototype in an operational environment such as an aircraft, vehicle, or space. 8 Actual system completed and qualified through test and demonstration. Technology has been proven to work in its final form and under expected conditions. In almost all cases, this TRL represents the end of true system development. Examples include developmental test and evaluation of the system in its intended weapon system to determine if it meets design specifications. 9 Actual system proven through successful mission operations. Actual application of the technology in its final form and under mission conditions, such as those encountered in operational test and evaluation. Examples include using the system under operational mission conditions. System Architecture - Discuss ability to group ICIDS from multiple Installations into a larger architecture network. � Algorithm & Models - Discuss open vs. proprietary nature of a system.� Discuss data processing, data storage, bandwidth, accuracy, real-time detection or prediction ability; Discuss validation status of algorithms and models. Discuss software updates and support. Discuss if algorithms are processed on-board or if the data must be sent to the cloud to process. � Packaging - Discuss system size and weight, ruggedness; setup procedures and operational configuration, environmental tolerances and water resistance. Discuss what peripherals are needed (chargers, docking stations, etc.) and availability of training/maintenance materials. � Power Requirements - Discuss back-up or redundant power requirements, battery life and recharge time. � Consumables - Discuss all system consumables, including maintenance items. � Cost - Discuss pricing. � �SUBMISSION PROCESS AND DUE DATE: Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team. For this RFI, the Government seeks information regarding your capabilities and experience related to the delivery of capabilities as described in the ""Information of Interest"" section of this RFI. Sources able to address the above request are invited to submit information describing their approach with no more than 10 pages. �To respond to this RFI, please submit a white paper, NOT TO EXCEED TEN (10) PAGES, excluding coversheet and additional pertinent information below: 1. Please provide the following Point of Contact information: - Contact and company information - Name - Title - Company name - Cage Code - Date of incorporation - Number of years in business - Number of employees - Location - Mailing address - Phone number - Website address - Email address - Note that RFI respondents shall designate a single point of contact for receipt of all information pursuant to this RFI 2. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 334511. For more information, refer to https://www.sba.gov/federal-contracting/contracting-guide/size-standards. - Other than Small Business (OTSB) Concern - Small Business (SB) Concern - 8(a) - Small Disadvantaged Business (SDB) - Woman-Owned Small Business - Historically Underutilized Business Zone (HUBZone) - Veteran-Owned Small Business - Service-Disabled Veteran-Owned Small Business 3. Brief overview of company history, limited to three (3) paragraphs. 4. If you identify your company as a Small Business as identified above, then is your company interested in a prime contract? If so, continue to questions #5a-d, all others skip to Question #6. The following Questions are for Small Businesses Only 5. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 334511. If you are a small business and plan to be prime contractor on this effort please inform how you will meet the limitations on subcontracting Clause 52.219-14. Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide, to include Similarly Situated Entities that will provide support. Please provide details of which aspects your company is capable of providing. If you are a small business, can you go without a payment for 90 days? � 6.� Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 7.� Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number , Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 8. �What industry standards, certifications, and/or accreditations does your company have for quality control and management (i.e. CMMI, ISO 9001, ISO 17025, NADCAP, etc.)? 9. What approach does your organization use to manage subcontractors, risk, schedule, and cost? 10. Please identify your company's past and current customers to which you provided these type of capabilities or similar capabilities, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted (please provide the above information for up to 5 efforts). All questions pertaining to this announcement are due by 12:00PM EST on 8 December 2020. Telephone requests will not be accepted. Questions regarding this RFI should be submitted via e-mail to Tony Adams, Contract Specialist, tony.d.adams.civ@mail.mil and Danny Lester, Contract Officer, danny.w.lester.civ@mail.mil. If answered, questions will be non-attribution published through the Federal Business Opportunities Website at https://beta.sam.gov/. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are �best� estimates only. Any company proprietary information, performance capabilities and/or future modification plans should be clearly identified and MUST be marked accordingly and will be protected by the Government. Responses to the RFI will not be returned. Responses to the RFI may be used to develop Government documentation. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. The Government requests that interested sources submit an electronic response of not more than ten (10) pages, 8.5"" x 11"" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Files should be sent in a Microsoft Word compatible file or a PDF file. Files greater than 10MB cannot be transmitted through the network firewall. Please do not attach marketing brochures, test reports, or other extraneous materials to your submission as they will not be reviewed. The due date for responses to this RFI is 12:00PM EST on�8 January 2021. Respondents are requested to submit one electronic copy of the responses to Tony Adams, Contract Specialist, tony.d.adams.civ@mail.mil and Danny Lester, Contract Officer, danny.w.lester.civ@mail.mil. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI NOR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES. This announcement is issued solely for information and planning purposes and does not constitute a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses will not be returned nor will the Government confirm receipt. Whatever information is provided will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. All Government and Contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC �2101-2107. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. IMPORTANT NOTICE: This RFI is issued for the purpose of determining market capability of sources and does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. No solicitation document exists at this time. All information received in response to this notice that is marked Proprietary MUST BE CLEARLY MARKED and will be handled accordingly. The respondent is required to submit a Proprietary Data Protection Agreement (PDPA) that would permit PM FPS support contractors to review and evaluate white papers submitted in response to this RFI, the respondent is requested to sign PDPAs with these support contractors for this purpose.� Responses may not include Classified material. Responses to this notice will not be returned. No reimbursement will be made for any costs incurred to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f7f36553171424d9d01ef5eb3f430e6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05847681-F 20201107/201105230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.