Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

R -- Implementation Support Services for FEMA Integrated Public Alert and Warning System (IPAWS)

Notice Date
12/15/2008
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
IPAWSISS1208
 
Response Due
1/30/2009 1:30:00 PM
 
Archive Date
2/14/2009
 
Point of Contact
Sandra K. Bucher,, Phone: (540) 542-2303
 
E-Mail Address
sandra.bucher@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
1.0Purpose: The Federal Emergency Management Agency is seeking information that will help the Agency define its future contracting approach for providing implementation support services for the Integrated Public Alert and Warning Program (IPAWS). This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this announcement. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission, other than acknowledgement of receipt if requested by the submitter. 2.0 Background: Executive Order (E.O.) 13407, “Public Alert and Warning System,” dated June 26, 2006, directed the Secretary of Homeland Security, “to ensure that under all conditions the President of the United States can alert and warn the American people”. FEMA is implementing projects to modernize and integrate the existing Emergency Alert System (EAS) and National Alert and Warning System (NAWAS) programs to provide a national-level all-hazards warning system. Collectively these systems will constitute the Integrated Public Alert and Warning (IPAWS) Program. IPAWS will utilize current national-level warning systems, support state, territory, tribal, and local warning needs, and integrate new technologies, standards, partnerships, and policies to improve public warning over all media, to all people, at all times, in all situations. Planned projects to be implemented over the next five years include investments in communications infrastructure across the United States. Efforts to support these activities may require collection and analysis of information on legacy alert and warning systems, engineering and specialized technical services, acquisition of hardware and software, site design and construction, installation, testing, integration, delivery and operations and maintenance support. FEMA will use the information received through this RFI to help define the appropriate contractual mechanism for acquisition of IPAWS implementation services. 3.0 Information Requested: The following questions are intended to help structure a potential acquisition to provide a flexible, cost effective solution to IPAWS implementation. 1.FEMA is contemplating award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract for these services. A draft IPAWS Implementation Support Services Statement of Work (SOW) is provided as an attachment to the RFI for this proposed requirement. Please submit your comments and recommendations to the proposed SOW. 2.A service type contract is anticipated and FEMA is interested in adapting a performance based scope for the contract. What considerations are important when considering performance based contracts for this type of support services? Do you have any recommendations for specific performance incentives that have achieved the desired results on current or previous commercial or government contracts? What specific progress reporting (such as ANSI 748) would you recommend? 3.How should the purchase of any required hardware and software be accomplished (e.g., time and material type approach?)? 4.What are some lessons learned FEMA should consider from other similar contracts with commercial or Government customers you’ve supported? What features limited the effectiveness of these contracts? 4.0 FEMA is also interested in assessing level of interest within the industry for this future support services acquisition. Interested firms are invited to submit a statement of capability addressing their interest in serving as either a prime or subcontractor for this potential procurement. Therefore, in your response please provide the following information. 4.1 Demonstrated experience in the following areas: 1.Design, deployment, integration, test and delivery of emergency alert and warning or similar type systems. 2.Design and construction of facilities to support operation of alert and warning or similar type systems. 3.Operational support of alert and warning or similar systems. 4.Ability to carry out the services outlined in 1-3 above in a classified environment. 4.2Certain aspects of the IPAWS are classified. How is your company positioned to support classified work under this potential procurement, specifically, available personnel with U.S Secret or U.S Top Secret Clearances and an approved Facilities Security Clearance with a level up to Top Secret? Do you have staff to support this effort with appropriate clearances for access to White House facilities? 4.3 Please provide information on your company’s size and capacity including total annual revenues and number of direct employees. 5.0 All small businesses including Small Disadvantaged, HUBZone, Women-Owned and Service Disabled are strongly encouraged to provide timely responses to this RFI. A response to this RFI is necessary in order to assist FEMA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist FEMA in establishing a basis for developing any subsequent potential subcontract/small business participation plan small business goal percentages. 6.0 Questions regarding this RFI shall be submitted via e-mail to the FEMA Contracting Officer, Sandra Bucher (see email address below). No telephone questions will be accepted. All questions will be answered via posting responses to the FEDBIZOPPS website. 7.0 Please submit replies by 01/30/09, 1:30 PM/EST. Email responses are preferred and should be submitted to Sandra.bucher@dhs.gov. No telephone responses will be accepted. Please limit replies to 20 pages (including cover page), 8.5 x 11 inch, one-sided, with 1 inch margins and font no smaller than 12 point. 8.0 Proprietary information and trade secrets, if any, must be clearly marked on the documentation submitted. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0565cba5bdf0997e9d1b39382e218063&tab=core&_cview=1)
 
Record
SN01719259-W 20081217/081215215836-0565cba5bdf0997e9d1b39382e218063 (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.