Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOURCES SOUGHT

D -- Design, develop, and implement an integrated NGIC Information System - Statement of Work

Notice Date
4/8/2009
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
rfi102030
 
Point of Contact
Robert J. McMahon,, Phone: 202 324-3220
 
E-Mail Address
robert.mcmahon@ic.fbi.gov
 
Small Business Set-Aside
N/A
 
Description
SPECIFICATION CONCEPT OF OPERATIONS STATEMENT OF WORK THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This Request for Information (RFI) is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Data submitted in response to this RFI will not be returned. Information is being requested in order to make potential future requirement better for industry and the Government. This RFI is in support of an anticipated acquisition for the Federal Bureau of Investigation's (FBI) National Gang Intelligence Center (NGIC) Information System (IS) Project. This effort will design, develop and implement an integrated NGIC IS. The government requests information pertaining to the capabilities of industry with regards to this planned project. The Government is particularly interested in the capabilities of small businesses, but large entities are not excluded from providing a response to this RFI. This RFI is part of the FBI's effort to identify and assess the business community's capability to provide IT design, development, documentation and implementation services associated with the NGIC IS. This RFI will also ask responders for their feedback to a series of questions relating to the draft requirements documents provided as Attachment A, (Draft Statement of Work, Concept of Operations, and System Requirements Specification). The mission of the National Gang Intelligence Center (NGIC) is to support law enforcement agencies through timely and accurate information sharing and strategic/tactical analysis of federal, state, and local law enforcement intelligence as it pertains to the growth, migration, criminal activity and association of violent gangs that pose a significant threat to the United States. NGIC will integrate the assets of the FBI, the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), the Bureau of Prisons (BOP), US Immigration and Customs Enforcement (ICE), the Drug Enforcement Administration (DEA), the U.S. Marshals Service (USMS), and other participating federal agencies to serve as a clearinghouse and information management mechanism for gang intelligence on a national and international scope. The NGIC intelligence operation has two distinct functions to satisfy its mission: 1. Research Function - Analysts receive requests for information via Law Enforcement online (LEO), fax and telephone calls, which are treated as intelligence leads. NGIC Intelligence Analysts conduct searches on existing systems, canvass contacts, and conduct interviews to provide gang intelligence to federal, state, and local law enforcement personnel across the country. 2. Analysis Function- NGIC Intelligence Analysts conduct strategic and tactical analysis of gang activities stored in various databases either located in NGIC space or accessible via browser-based systems. By collecting and manipulating the raw intelligence data, Analysts are able to identify patterns and trends that are published and disseminated to organizations engaged in the investigation of gangs related crimes. NGIC's objective is to become the centralized Federal resource for gang related information. NGIC will collect, store, and manage raw gang intelligence data. NGIC Analysts will have access to a broad range of external data sources to support their efforts. NGIC Analysts have access to the following systems. It is expected that the NGIC IS would provide node connectivity to these external data sources.  National Crime Information Center (NCIC)  Violent Gang & Terrorist Organization File (VGTOF)  Law Enforcement Online (LEO)  Regional Information Sharing Systems (RISS)  California Department of Justice GangNet (CALGANG)  One DOJ System  Cryptanalysis Support System (CRYSS)  El Paso Intelligence Center (EPIC) Online  National Data Exchange Program (NDEx) The functional capabilities of the NGIC IS System can be organized into major services provided to NGIC users, to include: User Interface Services - User access to the system will be via a browser window on their desktop. Users of the system will need to navigate to and use different data and functionality of the system simultaneously. The system will allow a user to open multiple windows and to cut and paste information between them. Data Management Services - NGIC will collect gang information that has been voluntarily submitted by federal, state, local, and tribal agencies. The system must support bulk import as well as individual submissions. Work Product Management Services - The system will provide the tools to author and disseminate standard and non-standard work products. Intelligence Analysis - The system will provide strategic analysis tools to identify links and relationships between gang related information, and identify emerging trends and patterns of most violent gangs. Program Management Services - Program management services will provide the necessary management and monitoring tools to manage this process effectively. System Management Services - The system will provide for a significant amount of maintenance, primarily within the areas of account administration, security management, records management, and performance monitoring, in order for the system to perform efficiently. INSTRUCTIONS FOR RFI SUBMISSIONS: After review of the above information as well as the attached documentation, interested parties may submit a response in an electronic format only. Electronic files should be in Microsoft Office 97 (Word, Excel, PowerPoint) or PDF format. All information should be UNCLASSIFIED material only. Responses are due by 11:59 AM, EST, April 22, 2009. Any company proprietary information must be marked as such. Information should not exceed a total of 16 one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. Respondents should include as part of their submission: 1. Provide a synopsis of the company's core competencies and corporate information. (limit 2 page) 2. Size of Business - Large or Small (e.g. Small Business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone Small Business Small Disadvantaged Business, and Woman-Owned, Small Business, etc. including any letters, certificates, or similar documentations. Please include the following: a. DUNS Number b. Company Name c. Company Address d. Current GSA Schedules or any other existing Government Contract e. Do you have an approved accounting system? If so, please identify the agency that approved the system and date of last certification. f. Business Size as validated via the Central Contractor Registration (CCR). All offers must register on the CCR located at http://www.ccr.gov/index.asp. g. Company Point of Contact, Phone and Email address, h. Technical Point of Contact, Phone, and Email address of individual(s) who can verify the demonstrated capabilities. i. Tax Identification Number j. What industries your company currently operates in. B. A synopsis of the company's capability related to this RFI and Draft SOW. (limit 8 pages) Describe your technical and management expertise to successfully fulfill the prescribed duties contained in the attached Draft SOW. Do not submit a proposed approach or project plan, only focus on whether your company would be able to meet the requirements as currently written. Include information on the following: 1) Past experience working specifically within the FBI environment. a. If you have experience working with the FBI please include the contract number, amount, and type (e.g.FFP, Cost Plus, T&M, etc.) of the three most recent contracts between your company and the FBI. 2) Information on any other government experience with respect to IT operations and maintenance, data warehousing, program management, integration and test services, training, and data management. 3) Given your current experience in this area, and the amount of detail provided in the attached FBI documents, what would your level of risk be in order to accomplish this work. Based on your perceived risk, recommend a contract type structure. C. The FBI created the following questions to stimulate Industry response; however, the questions are not exclusive and the FBI does not require answers to every question in order to constitute a response. The intent of this exercise is to produce a clear and concise requirements package for the eventual RFP release. Vendors are encouraged to provide their feedback, but must abide by the page restrictions set forth in the INSTRUCTIONS FOR RFI SUBMISSIONS above. • Are the tasks identified in the Draft SOW clear? If not, what areas are ambiguous? o Please provide a short "mirror" summary of your understanding of the requirements in your own language. • Is it clear that the contractor has the flexibility to propose alternative solutions to the fundamental requirement? • Are the proposed deliverables sufficient to provide the Government the necessary information for oversight and assessment? • What would your evaluation be of the risk to the FBI associated with this procurement? Any comments on the Draft SOW, SRS, and CONOPS, including responses to the questions listed above. Note: This is a RFI only. The government does not intend to respond to any questions received at this time. All questions submitted will be treated as comments (limit 6 pages). SOLICITATION NUMBER: No solicitation exists at this time; therefore, do not request a copy of the solicitation. Response to this RFI is not a requirement for vendors to be able to propose a possible solicitation. DISCLAIMER: All information contained within this RFI is subject to change. Vendors are responsible for monitoring; www.fedbizopps.gov/ for additional updates and issuances. Vendors are responsible for classifying any information as proprietary. The government will not notify industry with the results of the RFI evaluation. The government will send an acknowledgement of receipt when a RFI package is received. The government does not intend to respond to questions submitted by vendors as part of their RFI package. All submissions should be e-mailed no later than 11:59 AM, EST, April 22, 2009 to Mr. Robert J. McMahon, Contracting Officer at Robert.McMahon@ic.fbi.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c78e0f234df04227711d6f2e43eb85f9&tab=core&_cview=1)
 
Place of Performance
Address: 1901 South Bell Street, Suite 400, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN01788427-W 20090410/090408220135-c78e0f234df04227711d6f2e43eb85f9 (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.