Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2011 FBO #3683
SOURCES SOUGHT

R -- Region Dispatch Center

Notice Date
12/23/2011
 
Notice Type
Sources Sought
 
NAICS
624230 — Emergency and Other Relief Services
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017812Q3903
 
Response Due
1/18/2012
 
Archive Date
4/30/2012
 
Point of Contact
Jessical Hathaway,
 
E-Mail Address
40-653-6810
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a RFI from the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). The Naval Surface Warfare Center Dahlgren Division (NSWCDD) is seeking information for a long-term strategy to move from Local Dispatch to Region Dispatch for responses to 911-type calls and certain critical alarms. Governing policy is contained in CNICINST 3440.18 of SEP 7 2011. The next step forward in Navy ™s move to Regional Dispatch is the creation of a Region Dispatch Center (RDC) for Commander, Navy Region Mid-Atlantic in Fiscal Year 2013 (October 1st, 2012 “ September 30th, 2013.) Further information about Navy Region Mid-Atlantic is included at the end of this document. In preparation for the establishment of the MIDLANT RDC, vendors of Computer-Aided Dispatch (CAD) and associated systems are being asked for information regarding their products: 1. Security/Police Incident Reports and Fire Incidents must comply with governing agency reporting requirements. In particular, does your Fire Record Management System comply with NFIRS 5.0? Further information is available at http://nfirs.fema.gov/ 2. Can your CAD interface with National Crime Information Center (NCIC) and FBI systems? 3. Is your system deployable starting in October, 2012? 4. Is your system capable of becoming fully interoperable with existing ELMR and Navy Communications Networks such as PSNet? (Interoperability with existing ELMR is similar to being able to integrate with mobile radio systems such as Motorola. PSNet is a Wide Area Network that provides communications for Navy Public Safety Operations in the Continental U.S. Further information is available at https://www.neco.navy.mil/necoattach/N4008509R70560005Pages_from_P-282_Final_Submission_03-March-10_part_3of3_Part20.pdf 5. Does your Geographic Information System (GIS) meet Open Geospatial Consortium (OGC) standards? Further information is available at http://www.opengeospatial.org 6. Does your Geographic Information System (GIS) use ESRI as the GIS foundation? 7. Can your CAD interface with Mobile Data Computers (MDCs)? If so, list which types of interface are supported, e.g. Wi-Fi, 3G, 4G, or line of sight radio. 8. Is your CAD based on an open architecture meeting NENA standards? Further information is available at http://www.nena.org/technical/standards/w-descriptions 9. Can your CAD operate on a Microsoft Windows Server? 10. What database provider does your CAD use? 11. Estimate the reliability of your system using the metric Ao = MTBF/(MTBF + MTTR + MLDT) where MTBF is Mean Time Between Failures, MTTR is Mean Time To Repair, and MLDT is Mean Logistics Delay Time. State your values for MTBF, MTTR and MLDT, and indicate whether these figures came from projections or currently fielded systems. Also provide the server footprint used for your Ao calculations (number of servers). 12. Describe your system ™s capability to withstand component failures. Are redundancies built into individual components? Do separate redundant components exist with fail-over mechanisms? 13. Is your CAD currently capable of being web-based? 14. Is your CAD currently capable of being cloud-based? 15. What is the virtual footprint of your CAD? Assume that the CAD is supporting 25 simultaneous dispatchers, has redundant capabilities for graceful fail-over, and is configured in the same manner as you assumed when answering questions 11 and 12 above regarding reliability. 16. Please list all alarms that can currently interface directly with your CAD. 17. Is your CAD currently on the Department of the Navy Application and Database Management System (DADMS) list? 18. Is your CAD currently Information Assurance-certified on any Federal networks? If so, please list all such networks and indicate whether it has an Authorization to Operate (ATO) or an Interim Authorization to Operate (IATO). 19. Can your CAD currently work with traditional 911 calls? 20. Can your CAD currently work with E911 calls? 21. Can your CAD currently work with Next Generation 911 requests such as text messages or Voice over Internet Protocol (VOIP) calls? Further information is available at http://www.its.dot.gov/ng911/ 22. Detail the cost profile of your CAD over a ten year period. Explicitly state up-front costs, license fees, upgrade fees, covered maintenance, and costs for uncovered maintenance. Assume that the CAD is supporting 25 simultaneous dispatchers, has redundant capabilities for graceful fail-over, and is configured in the same manner as you assumed when answering questions 11 and 12 above regarding reliability. 23. How many system administrators are required to support your CAD? 24. Please provide any additional information that you believe will help Navy understand the capabilities of your system. 25. Are there any proprietary components of your CAD that could impact sustainment and maintenance costs? Additional Information about Navy Region Mid-Atlantic and the scope of its Region Dispatch Center Navy Region Mid-Atlantic includes Virginia, Maine, New Hampshire, Rhode Island, Connecticut, New Jersey, Pennsylvania, and North Carolina. Commander, Navy Region Mid-Atlantic provides coordination of base operating support functions for operating forces throughout the region. Major facilities include: Joint Expeditionary Base Little Creek-Fort Story VA Naval Air Station Oceana and Dam Neck Annex VA Naval Medical Center Portsmouth VA Naval Station Newport RI Naval Station Norfolk VA Naval Weapons Station Earle NJ Naval Weapons Station Yorktown and Cheatham Annex VA Naval Computer and Telecommunications Area Master Station Atlantic, detachment Cutler ME Naval Support Activity Philadelphia PA Philadelphia Naval Business Center (PNBC) or PNY Naval Support Activity Mechanicsburg PA Naval Support Activity Hampton Roads - Norfolk Naval Shipyard VA Naval Support Activity Hampton Roads “ Northwest Annex VA Naval Satellite Operations Station Prospect Harbor ME Naval Support Activity Saratoga Springs NY Naval Shipyard Portsmouth NH (Kittery ME) Naval Submarine Base New London CT All of the bases listed above will be covered under the Navy Region Mid-Atlantic RDC. The Region also covers Navy Information Operations Command Sugar Grove WV and Surface Combat Systems Center Wallops Island VA, but these will not be covered under the RDC. More information about Navy Region Mid-Atlantic can be found at http://www.cnic.navy.mil/cnrma/index.htm This RFI neither constitutes a Request for Proposal, nor does it restrict the Government from an ultimate acquisition approach. This RFI should not be construed as a commitment by the Government for any purpose. Requests for solicitation will not receive a response. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. Cost data should be a rough order of magnitude (ROM). Proprietary or restricted information should be marked as such and will be appropriately safeguarded. Small businesses, in addition to large businesses, are strongly encouraged to provide responses to this Sources Sought Notice, in order to assist NSWCDD in determining the potential levels of interest, competition, and technical capability to provide the required services within the business community. NSWCDD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. At no cost to the government, responding vendors may continue technical dialogue via this market survey ™s Contract Specialist after the initial response is provided. Eligible partners who may respond to this RFI include: companies, public and private foundations, non-profit organizations (including universities), and state or local government organizations. NSWCDD requests your responses in Microsoft Word format by 1500 (EST), on January 18, 2012. All communications with industry must be coordinated through the cognizant Contract Specialist, Jessica Hathaway. Information should be e-mailed to jessica.hathaway@navy.mil or mailed to Naval Surface Warfare Center Dahlgren Division, 17632 Dahlgren Road Suite 157, Dahlgren, VA 22448-5110; and labeled with the sources sought number and title. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. All information shall be provided free of charge to the Government. Responses or questions concerning this announcement should reference RFI number N00178-12-Q-3903 and should be directed to Jessica Hathaway at 540-653-1794 or to jessica.hathaway@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017812Q3903/listing.html)
 
Record
SN02645112-W 20111225/111223233704-634fe6fe5567a1a24852af8bd5e58884 (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.