Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
DOCUMENT

J -- Sources Sought Notice for ATFP Ashore Global Sustainment of Systems and Equipment - Attachment

Notice Date
2/22/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1100 23rd Ave Bldg 1100 Port Hueneme, CA
 
Solicitation Number
N6258312R0734
 
Response Due
3/23/2012
 
Archive Date
4/23/2012
 
Point of Contact
Patrick Pascua
 
E-Mail Address
patrick.pascua@navy.mil
(patrick.pascua@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Specialty Center Acquisition NAVFAC (SCAN) is conducting market research to determine the interest and capability of industry vendors to provide centralized life-cycle sustainment of Anti-Terrorism/Force Protection (AT/FP) Ashore systems and equipment worldwide. AT/FP Ashore systems/equipment is defined as equipment and/or systems that facilitate the detection, delay, deterrence, assessment, and response to terrorist events. Sustainment services include: preventive and corrective maintenance, interoperability, maintenance planning, supply/logistics support, testing and evaluation, reliability and maintainability, and configuration management. I. Scope The AT/FP Ashore Global Sustainment will cover Physical Security/Access Control (PS/AC) and Command, Control, Communications, Computers, and Intelligence (C4I) systems and equipment. The intent of this AT/FP Ashore Global Sustainment is to provide the support necessary to carry out the day-to-day operations and maintenance of AT/FP Ashore hardware, software and related equipment. The scope of this effort includes requirements that provide the following services: -Lifecycle Sustainment of AT/FP Ashore systems and equipment to include hardware and software. ---Preventative Maintenance ---Corrective Maintenance (Equipment Repair, Overhaul, or replacement) ---Technology Refresh and/or upgrade ---Information Assurance (IA) supportability and sustainability (software upgrades, security patches, and documentation) ---Spare parts management - Service Call Management to provide end to end life cycle/sustainment support to include: ---Response and Resolution of Service Calls ---Asset and Configuration Management ---Contract Support and Data Requirements II. Description of AT/FP Ashore systems and equipment The AT/FP Ashore systems provide the capability to receive/transmit orders, receive and process information into situational awareness displays, support command decision processes and communicate electronic data to multi-service, multi-agency nodes across the entire all-hazards/all-threats spectrum of Ashore and Afloat operations. AT/FP Ashore systems also provide all-hazard warnings to all personnel on board the installation, and others as appropriate. The specific types of ATFP Ashore systems are summarized as follows: Regional Operations Center (ROC)/ Emergency Operations Center (EOC). The Regional Operations Center (ROC) and Emergency Operations Center (EOC) serves as the C4I point for information gathering, gain situational awareness, and exercise control over forces from early warning and detection of suspicious events through response and recovery. Regional Dispatch Center (RDC)/Local Dispatch Center (LDC). The Regional Dispatch Center (RDC) command facility is the hub for all emergency communications between Navy citizens and the First Responders in a Navy Region. The term RDC is intended to address the overarching RDC capability and all related subsystems within the RDC Family of Systems (FoS), to include, but not limited to, the Navy Emergency Response Management System (NERMS): Computer Aided Dispatch (CAD), Alarm Monitoring Automation System (AMAS), Records Management System (RMS), Mobile Data Computers (MDC), Geographic Information System (GIS), and the Emergency Call Management System (ECMS). Giant Voice (GV). Giant Voice (GV) is part of the Wide Area Alert and Notification suite of systems. GV is comprised of an Outdoor Voice/Alert function and a System Control function. The outdoor alert function is intended to provide initial alert and follow-on directions to personnel not located in a building. The System Control function allows authorized personnel to operate the system manually or autonomously. The outdoor component consists of the outside speaker(s) positioned on pole(s) and buildings across the installation. The Giant Voice system is installed as a base-wide system to provide a siren signal and pre-recorded and live voice messages. In order to create the right level of sound output, multiple poles and speakers will be positioned across the installation. Indoor Voice (IV). Indoor Voice (IV) is part of the individual building Mass Notification Systems (MNS) and is comprised of Indoor Voice, Interior Notification, and System Control functions. The Indoor Voice (IV) function is intended to provide real-time alert and follow-on directions to personnel inside and around buildings who may or may not have direct access to a telephone or computer. The System Control function allows authorized personnel to operate the system manually or autonomously. The Interior Notification function is intended to be provided by loud speakers, warning lights, and illuminated signs or displays. Speakers are provided at all locations in and around the building at entrances/exits and other outdoor areas (such as courtyards) commonly used by the building occupants. Automated Telephone Notification System (ATNS). Automated Telephone Notification System (ATNS) provides military installations with the ability to rapidly and effectively disseminate emergency alerting and notifications throughout the telephone and data network environments, including signals or messaging appropriate to force protection conditions (FPCONs), weather conditions, watches, warnings, evacuation routes, and other alerting information to meet Department of Defense (DoD) and federal warning requirements. Computer Desktop Notification System (CDNS). Computer Desktop Notification System (CDNS) provides Navy installations with the ability to rapidly and effectively disseminate emergency alerting and notification information throughout the data networks environment, including signals or messaging appropriate to FPCONs, information operations conditions (INFOCONs), watches, warnings, evacuation routes, and other alerting information to meet DoD and federal warning requirements. Sensor Infrastructure, Integration, and Alarm Notification Equipment Sensors and Alarm interfaces are part of the Navy Emergency Response Management System (NERMS) Alarm Monitoring and Automation System (AMAS) located at a Regional Dispatch Center (RDC). The RDC AMAS receives signals from and continuously polls all interfaced physical security and fire alarm system equipment sensors which result in the return of alarm signals. AMAS is divided into two systems, one local and one regional (LAMAS and RAMAS). Sensors and sensor interfaces/infrastructure are installed to provide alarm notification and alarm management to all command dispatch centers. This infrastructure integrates/interfaces all existing Fire Alarm, Access Control Systems (ACS), Intrusion Detection Systems (IDS), and Central Alarm Station Receiving/Monitoring Systems with LAMAS and/or RAMAS and then interfaces LAMAS with RAMAS. Physical Security/Access Control (PS/AC). Physical security and access control which is comprised of the following: Automated Vehicle Gate (AVG), Automated Pedestrian Turnstile (APT), Enclaves, Electronic Security Systems, and Physical Security Information Management (PSIMS). PS/AC systems include: Physical Access Control System (PACS) software, either Lenel, AMAG, or another vendor's solution; License Plate Reader (LPR) systems S/W; iCX Chameleon for custom gate C2; various types of Video Management Systems (VMSs); as well as databases utilizing Oracle or MS SQL. III. CONTRACTOR'S CAPABILITIES STATEMENT In order to improve our understanding of market capabilities and identify qualified vendors that are capable of providing Sustainment Services for the AT/FP Systems and equipment, contractors are requested to provide a narrative description identifying their firm's capabilities with examples of current and/or past experiences in providing similar and/or same services with other Federal Agencies or commercial entities as outlined in attachment (1) Sources Sought Information Form. IV. SUBMISSION OF INFORMATION The information requested to support contrator's capabilities shall be submitted in writing. The information provided shall not exceed ten (10) pages. Please use the attached Sources Sought Information form (Attachment 1) when submitting responses to the sources sought notice. Responses to this Sources Sought Notice must be submitted to the SCAN via electronic mail to patrick.pascua@navy.mil no later than 1400 PST, March 23, 2012. Responses not received by the closing date and time may not be considered or evaluated by this office. DISCLAIMER: THIS "SOURCES SOUGHT NOTICE" IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258312R0734/listing.html)
 
Document(s)
Attachment
 
File Name: N6258312R0734_Attachment__1__Sources_Sought_Information_Form.pdf (https://www.neco.navy.mil/synopsis_file/N6258312R0734_Attachment__1__Sources_Sought_Information_Form.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6258312R0734_Attachment__1__Sources_Sought_Information_Form.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02680088-W 20120224/120222234453-31dfc6a30dc04914aa1dd29320201573 (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.