Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2008 FBO #2551
SOLICITATION NOTICE

R -- Web Base Emergency Notification System

Notice Date
11/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Justice, Justice Management Division, Executive Office for the United States Attorneys-EOUSA, 600 E Street, Suite 2400, Washington, District of Columbia, 20530
 
ZIP Code
20530
 
Solicitation Number
RFQ-EOA02-9-0036
 
Archive Date
12/13/2008
 
Point of Contact
Tony Russell,, Phone: 2023071291
 
E-Mail Address
tony.russell@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Executive Office for United States of Attorney’s (EOUSA) invites contractors to submit a proposal for services described in the attached statement of work, under the authority of Part 12 of the Federal Acquisition Regulation. Enclosed you will find a Statement of Work for an Emergency Notification Systems Services. No later than 4:00 PM on Friday, November 28, 2008, please provide this office with a price and technical proposal, to include proposed personnel resumes, to accomplish the work described in the attached Statement of Work. The selection process will consist of a Best Value source selection based on organizational past performance, organizational experience, key personnel and price. Under a Best Value source selection, non-price evaluation factors, when combined are significantly more important than price. However, EOUSA will not select an offeror for award on the basis of a superior capability without consideration of the amount of its price. In order to select the winning proposal, EOUSA will rank each offeror by making a series of paired comparisons between them, trading off the marginal differences in capability with the marginal difference in price. This procurement is a 100% Small Business Set Aside. The NAICS code for this solicitation is 511210. In order to be considered a small business under this NAICS code, your average annual receipts must not exceed $6.5 million. The Government estimated value of this contract is $40,000.00 for base year and three (3) option years. The precise period of performance will be determined at the time of award. Proposals submitted in response to this RFP will be received in the following manner: via regular mail, hand carried, and email. Proposal may also be forwarded by Courier or Overnight Mail Service to the attention of the undersigned at EOUSA. Hand-Carried and Mailing Address: Executive Office for the United States Attorney’s Office 600 E Street, NW, Suite 2400 Washington, DC 20530 Attention: Tony Russell Email Address: tony.russell@usdoj.gov Proposals that are faxed will not be accepted. Proposals must be received by the closing date and time stated above. Please refer any questions concerning this request to Tony Russell at (202) 307-1291 or by email at tony.russell@usdoj.gov. STATEMENT OF WORK Emergency Notification System Executive Office for the U.S. Attorneys BACKGROUND The Executive Office for U.S. Attorney’s (EOUSA) is seeking a comprehensive enterprise-wide Emergency Notification System (ENS) to notify United States Attorneys’ offices and EOUSA employees of emergency and contingency situations. Notifications shall include alerts as well as management responses and expectations during affected periods. The system shell provides notifications via multiple means to the United States Attorneys’ community. In addition, the system shall provide an interactive response capability such that notified employees can respond to various inquiries; for example, health and welfare status. The system shall support alert initiation via the public telephone network and the Internet. Minimally, the system shall be able to transmit alert messages via conventional and mobile telephone, pagers, electronic mail, and Short Message Service (SMS) text. The system shall be able to confirm notification delivery to personnel, and successively attempt delivery using all available methods until notification is confirmed. SCOPE OF WORK The Contractor shall provide all necessary infrastructures to implement ENS services. The ENS shall provide comprehensive methods to broadcast information to pre-defined groups of personnel. The system shall support local (district) groups as well as system-wide administrator defined groups. The initiation process shall start from a web site or telephone by authorized broadcasters. The authorized broadcaster selects predefined groups/scenarios that contain information such as phone and E-Mail addresses. The broadcaster initiates emergency notifications via one or multiple methods to notify users. The application attempts to contact the predefined groups by all possible selected means. The status of the broadcast can be seen real-time on screen or via report detailed by user and medium used. There will also be exception reports to ensure those not notified can be traced via other methods in the event normal notification is not possible. The ENS must be capable of notifying U.S. Attorneys’ Offices and the Executive Office for U.S. Attorney’s in locations throughout the United States and United States’ territories including the Virgin Islands, Puerto Rico, Guam, and the Northern Mariana Islands. Specific tasks as described below: 1.General Requirements. a.Contractor shall provide an Emergency Notification System (ENS) to the Government that will provide telephone, e-mail, and SMS notifications. b.The system shall support no less than 20,000 USAO and EOUSA personnel. c.The system shall be available and function 24 hours per day, 7 days per week. d.The Government configuration and administration interface shall be web-based, enforce 128-bit SSL, provide for authentication of authorized Government users, and support a minimum of Internet Explorer 6. 2.Data Center – requirements for the data center that will house Government provided data. a.Physical Security i.The data center shall be staffed or guarded 24 hours per day, seven days per week. The facility shall be alarmed for intrusion; alarms shall be monitored on an around-the-clock basis. The intrusion alarm system shall automatically notify law enforcement or a commercial monitoring service of alarms. The facility shall have access controls for personnel; all visitors shall be identified, logged, and escorted. The facility shall have low-light video monitoring of all ingress/egress points and storage vault doors. The Contractor shall maintain video for no less than 48 hours prior to overwrite. ii.The data center that hosts the Government’s data must provide protection of Government personally-identifiable information (PII) data. iii.The log of visitors shall be made available to the Government for inspection within 48 hours upon request. iv.The Contractor shall maintain a data center access list. This list shall be made available to the Government within 48 hours upon request. v.The data center facility shall have written incident response procedures. Data center personnel shall be trained on the procedures no less than annually. The Contractor shall test incident response procedures no less than annually. Training and contingency test records shall be made available to the Government for inspection within 48 hours upon request. The data center facility shall have conspicuously placed emergency contact data. vi.The Contractor shall inform the Government of security incidents and suspected security incidents within 4 hours of detection. For any incident involving unauthorized use or disclosure of Personally Identifiable Information, the Contractor shall notify the Government within 30 minutes of detection. b.Personnel Security i.All data center personnel must, at a minimum, be vetted with name and fingerprint check prior to using system. ii.All data center personnel must be made aware of potential consequences of system misuse. c.Identification / Authentication i.All system users must use unique identified and authenticated IDs. ii.Contractor shall have written procedures in place on how to report a security incident. d.Media Security i.The Contractor shall ensure that no data leaves the building without proper authorization. ii.Contractor shall provide written procedures on data center security practices that involve Government data within 48 upon request. iii.Contractor data center must have at least one fully redundant backup facility. e.Contingency & Disaster and Recovery Plans i.Contractor shall test backup facility operations quarterly and provide results to the Government within 48 hours upon request. ii.Contractor shall permit facility visits by Government security managers to all data center locations to assess practices and procedures within 48 hours upon request. iii.Contractor must maintain and provide a contingency and disaster recovery plan. 3.System Automation – the Government shall provide a complete data file with all contact / notification data on a daily basis. This file shall change each day, so changes must be reflected in the Contractor hosted system within 2 hours of receipt. a.Once the Government supplies the CSV data file, the Contractor system shall have the capabilities to import the file and completely refresh the database on an ongoing daily basis. b.The Contractor system shall allow for a complete refresh of the notification database on a daily basis with no Government interaction. c.Contractor system shall have ability to create groups based on a GUI interface for all imported fields. d.Once groups are created in the system, the system shall have the ability to recreate those groups automatically after each daily refresh of the database with no Government interaction. e.All groups created by local administrator shall be automatically refreshed daily with no interaction by Government. f.The Contractor system shall allow secure file transfer (SFTP) of contact file to data center. g.Contractor system must allow for mapping and remapping of data elements and importation of minimum of five different phone numbers, two email addresses, complete name, district, department, title, and five Government defined fields. 4.Scenarios (the ability to outline the actions that shall take place for specific emergency situations) – the Government must be able to create “scenarios” at the district level and top administration level. These scenarios must only be available to the local district administrator and primary system administrator. For example, the District of Washington must have the ability to create a “snow emergency” scenario that is only seen by the district. The Southern District of California must be able to create a “fire emergency” that is only available to the district. The District of Washington will not be able to see the other districts contacts or scenarios and vice versa. a.Scenarios shall be able to refresh automatically after nightly refresh of contact information. b.The local administrator must be able to create and modify local scenarios. 5.Administration. a.The Government must be able to create unlimited local (district) administrators. b.The Government must be able to organize and administer data by district in a minimum of 125 groups which require separate administration. c.All data shall be contained in one system for top level notification and administration. d.Local (district) administrators shall be allowed to only view/administer his/her district data. 6.Basic Functionality. a.Allow secure URL (https) web based communication. b.A person using a phone/cell shall be able to trigger notifications that include existing groups and scenarios. c.Notifications shall be deliverable to phone, SMS, and E-Mail. d.System shall be able to specify order of notification. e.Notifications must have text to voice capability. 7.Video Training. a.Training shall consist of three distinct training sessions: 1) Overall system administration 2) District system administration 3) End user. b.Each training session shall be taped at the Government’s studio in Columbia, South Carolina. The training will be given to camera in studio. Once the training is taped, it will be edited at the Government’s expense to be distributed to EOUSA users. The end result is three separate videos as described below: i.Overall system administration will consist of comprehensive training for the ENS system. After training, the viewers shall be able to administer all basic and complex workings of the system. Viewers must also have a complete knowledge of the notification and receipt process. ii.District system administration shall give viewers an overview of administration with a focus on group creation, local scenario building, notifications, and receipt of notifications, notification tracking, and reporting and general district upkeep of the system. These viewers will be the primary group sending out district alert notifications. iii.End user training will give viewers a general overview of the system, with a focus on alert notifications. These viewers will be the secondary group sending out alert notifications. c.A training manual shall be provided by the Contractor for each of the above named classes. d.Video recording shall take place at the National Advocacy Center in Columbia, South Carolina in accordance with Federal Travel Regulations. 8.System Setup. a.Contractor shall provide initial setup of system that involves group creation, scenario creation; administer creation, SFTP, and system security setup. b.Contractor shall work with Government to setup complete automation of import process. 9.Notification speed / receipt verification – it is vital that messages are sent and verified on timely bases. a.System shall allow for immediate notification to SMS and e-mail. b.System shall support a minimum of 75 calls per minute based on a 1 minute message. 10.Reporting. a.System shall have reporting capabilities that include, at a minimum, exception reports, real time monitoring, system groups, system users, scenarios, and system notification history. b.System shall provide real time emergency notification tracking that includes, at a minimum, attempts, successes, and exceptions. DELIVERABLES The Contractor shall provide the following deliverables: 1.A web/phone based system as defined in the Scope of Work above. 2.Written document outlining the data center security practices to ensure privacy of Government data. 3.Initial system setup within 14 days from award of contract. 4.Admin / end user training within 30 days from award of contract. 5.Contingency and disaster recovery plan within 7 days from award of contract. PERIOD OF PERFORMANCE The period of performance is as follows: The precise period of performance will be determined at the time of award. PeriodBeginEnd Base YearDecember 1, 2008November 30, 2009 Option Year 1December 1, 2009November 30, 2010 Option Year 2December 1,2010November 30, 2011 Options Year 3December 1, 2011November 30, 2012 The exercise of Option Year 1- 3 is at the sole discretion of the Government, and pending availability of funds. ACCEPTANCE CRITERIA The Government shall evaluate the work performed based on the degree to which the Contractor fulfills the objectives identified in the Scope of Work and adheres to their data center quality and security controls. Adherence to security of Government’s data is viewed as a major performance indicator for this initiative. If at any time during this task the primary ACOTR finds that the quality of service does not fulfill the requirements of this task, the Contracting Officer shall provide official written notification to the Contractor. If the cause of the performance problem spans the task and performance does not improve within two weeks of the Contracting Officer's notification, the primary ACOTR may choose to give the Contractor 30 day’s notice of its intent to cancel the task without cost impact over the amount obligated and incurred through the date of cancellation. DEFINITIONS CSV = Comma separated values ENS = Emergency Notification System EOUSA = Executive Office for United States Attorneys FAR = Federal Acquisition Regulations FISMA = Federal Information Security Management Act of 2002 FTP = File transfer protocol HTTPS = Hypertext Transfer Protocol over Secure Socket Layer NAC = National Advocacy Center, Columbia, South Carolina NIST = National Institute of Standards and Technology PII = Personally Identifiable Information SFTP = Secure file transfer protocol SSL = Secure Socket Layer USAO = United States Attorney’s office GOVERNMENT FURNISHED ITEMS The Government shall provide a CSV file on a daily basis via SFTP transfer to the Contractor. The Contractor shall use this file to update the hosted Government ENS database. TECHNICAL EXHIBITS The Government shall provide a sample CSV file upon request. CONTACTS The Contracting Officer's Technical Representative (COTR): Stacy JoannesIT Specialist608-250-5470
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0f299cea6692e57fdf2413dd32d654ee&tab=core&_cview=1)
 
Place of Performance
Address: 600 E Street Room 7500, Washington, District of Columbia, 20530, United States
Zip Code: 20530
 
Record
SN01706377-W 20081120/081118220634-0f299cea6692e57fdf2413dd32d654ee (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  © 1994-2020, Loren Data Corp.