Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOURCES SOUGHT

D -- Information Technology Services

Notice Date
8/26/2005
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
DHS - Direct Reports, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528
 
ZIP Code
20528
 
Solicitation Number
Reference-Number-HSHQDC-05-00015
 
Response Due
9/12/2005
 
Archive Date
11/30/2005
 
Description
The Information Analysis and Infrastructure Protection (IAIP) Acquisition Division is seeking potential sources from the General Services Administration (GSA) Federal Supply Schedule (FSS) 70, SIN 132-51, Information Technology Services to support the Department of Homeland Security (DHS) in the areas of vulnerability identification, protective measures and technical application. The IAIP Directorate of DHS merges the capability to identify and assess a broad range of intelligence information concerning threats to the homeland, issue timely warnings and take appropriate preventive and protective action. Within IAIP, the Protective Security Division (PSD) supports the National Strategy for Homeland Security by identifying vulnerabilities, conducting risk mitigation and analyses and developing protective measures. The proposed acquisition, which is contemplated to be for a one-year base period and three (3) one-year option periods will be to develop a Risk/Readiness Digital Dashboard (R2D). The R2D will facilitate an understanding of the Risk/Readiness profile of Critical Infrastructure/Key Resources (CI/KR) possessing capability to rapidly communicate this information across federal, state and local government agencies. Risk aspect of the R2D should replace ?report cards? generated by existing activities. Readiness aspect of R2D will be a visualization of all information needed for compliance with Homeland Security Presidential Directives 7 and 8 (HSPD-7 & HSPD-8) for CI/KR in both the public and private sector. While tightly interlinked (readiness must be informed by risk), these two dashboard components are not interchangeable. It is anticipated that a scaled-down prototype will be operational by the end of FY06. Based on the results of this proof-of-value prototype version, DHS may then elect to fund the full system within an estimated implementation period of 2-3 fiscal years. Overall system objective will be to allow DHS to identify, in greater depth, the current Readiness of the CI/KR to respond to various threats. The DHS R2D enterprise system will comprise a data repository; analytics for assessing Risk and Readiness; and applications to drive enterprise query, reporting and decision support. The prototype effort will focus on development of the Risk/Readiness analytic metrics; integration of system components; and compilation of required data. Initial proof-of-value (POV) prototype development is contemplated for completion within six months from date of contract award with subsequent phases yielding a fully operational production system within 2-3 years. Initial phase of POV prototype development will consist of three main components: advance the current PSD risk calculation methodology; identify targeted capabilities and substantiate other calculation methodologies through an appropriate ?think tank? or similar service; and build the prototype as POV using appropriate risk calculation methodologies and data available. Funding and migration to a full production version will be contingent upon evaluation and approval of the initial prototype. Any resultant contractor will be required to comply with Federal Enterprise Architecture requirements and provide reports compliant with Earned Value Management. This sources sought synopsis represents a market survey and is not a Request For Proposals or Invitation For Bids. Interested sources are invited to submit a one-page statement of capability (Microsoft Word) to include company name, address, and point of contact, telephone number, e-mail address, facsimile number, and business size (indicating whether you are a large or small business for purposes of the assigned NAICS code). Written responses must be received no later than 12 Sep 05, 4:30 PM (ET). Responses should be emailed (preferable) or faxed to the point of contact designated below.
 
Place of Performance
Address: Department of Homeland Security, Office of procurement Operations, Information Analysis and Infrastructure Protection Acquisition Division, 7th and D Streets, 301 7th Street SW, Washington, DC
Zip Code: 20528
Country: United States
 
Record
SN00880139-W 20050828/050826211533 (fbodaily.com)
 
Source
FedBizOpps.gov 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.