Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOURCES SOUGHT

58 -- Remote Video Surveillance System (RVSS) Upgrade for U.S. Customs and Border Protection - RVSS RFI Document Package

Notice Date
1/18/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Border Enforcement Contracting Division - Mountain Branch, 4760 N Oracle Rd, Suite 100, Tucson, Arizona, 85705, United States
 
ZIP Code
85705
 
Solicitation Number
CBPRVSSRFI
 
Point of Contact
Samuel M. Hollander, , Judith A. Simpson,
 
E-Mail Address
samuel.m.hollander@cbp.dhs.gov, judith.a.simpson@cbp.dhs.gov
(samuel.m.hollander@cbp.dhs.gov, judith.a.simpson@cbp.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is a Request for Information (RFI) released pursuant to FAR 15.201(e). This RFI is issued solely for information, planning purposes, and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. This RFI does not commit the Government to contract for any supply or service. The U.S. Customs and Border Protection (CBP) is not seeking proposals at this time. CBP will not pay for any cost associated with responding to this RFI. All costs will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP. If a solicitation is released, it will be posted in the Federal Business Opportunities ( http://www.fbo.gov ). Interested parties are advised to monitor this website for any information that may pertain to this RFI. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. BACKGROUND: CBP employs a system referred to as the Remote Video Surveillance System (RVSS) which provides a persistent wide area electro-optic and infrared surveillance capability to enable the detection, tracking, identification and classification of illegal border entries. This system provides CBP agents the necessary situational awareness needed to detect, track, identify, and classify illegal incursions between the Ports of Entry (POE) along the US Border. CBP has been upgrading RVSS systems throughout the State of Arizona on the Southwest Border (SWB) since July 2013. Geographic scope already under contract includes five (5) RVSS deployments in Arizona and eight (8) RVSS deployments into the Rio Grande Valley, Texas Sector. CBP is contemplating an expansion of the RVSS Upgrade Program throughout the entire SWB and Northern Border to include the following U.S. Border Patrol (USBP) Sectors: Laredo, Del Rio, Big Bend (Marfa), El Paso, El Centro, and San Diego, as part of the SWB, and Detroit, Buffalo, Blaine, and Swanton, as part of the Northern Border. This RFI seeks to obtain information from industry that will provide CBP with insight into market conditions, capabilities, and/or scientific advances that will aid in the formation of an acquisition strategy. RVSS CONCEPT OF OPERATION: The RVSS Upgrade program will provide day/night surveillance from stationary and relocatable locations with dedicated power and command, control and communications capability managed remotely by operators. Where deployed, the systems will provide USBP operator(s) with video allowing for the detection, tracking, identification, and classification of Items of Interest (IoI) across large expanses of the border. The RVSS Upgrade program will additionally support vectoring of Border Patrol Agents (BPA) to the immediate vicinity of an IoI for event resolution, and provide continuous monitoring of encounters for BPA safety. Finally, the RVSS Upgrade program will provide archival data of IoI incursions and encounters to support analysis and incident resolution including Law Enforcement and judicial proceedings. A Sector Enforcement Specialist(s) (SES) or BPA will be responsible for monitoring RVSS Upgrade data, prioritizing the IoI for continued surveillance and/or interdiction, and coordinating IoI response with field agents. This monitoring will take place in a permanent or modular C2 facility in conjunction with relocatable towers. The number of RVSS Upgrade systems deployed within each CBP sector will vary by geography and operational needs. It is assumed that each Border Patrol Station (BPS) will require a RVSS Upgrade System. Each RVSS Upgrade system will consist of an operator interface, multiple surveillance subsystems, dedicated data backhaul communications, and installation subsystems. The operator interface subsystem will be installed in CBP Sector, Station, and/or Forward Operating Base (FOB) facilities along the U.S. Southwest and Northern borders, and each operator will be responsible for monitoring between one and four RVSS Upgrade surveillance subsystems. There may be more than one operator and display at each command center location, and each surveillance subsystem may include one or more co-located electro-optical and thermal infrared detectors/imaging systems. RVSS Upgrade Subsystems will be mounted on existing RVSS infrastructure (e.g. communications towers, monopole towers, etc.) or deployed on constructed locations (remote towers, fixed towers, relocatable towers, building rooftops, fixed structures, etc). WORK SCOPE: CBP is interested in obtaining information related to existing Commercial-off-the-Shelf (COTS) or non-developmental technology that is part of an integrated solution to provide the desired capability. CBP intends to make maximum use of an open systems approach and desires the system to meet Technology Readiness Levels 7-9, Manufacturing Readiness Level 7, and Software Readiness Levels 7-9. See " http://www.homelandsecurity.org/docs/reports/DHS_ST_RL_Calculator_report20091020.pdf " for a more detailed description of the desired Technology Readiness Level, Manufacturing Readiness Level, and Software Readiness Level. There is no intent to develop any technology under this program. CBP intends for the contractor to perform the following cope of work for each BPS system deployment: * Construction, which can include: • Clearing the tower site to a construction-ready state; • Providing access to the construction site and subsequently the tower via an unpaved road; • Obtaining permits required for construction and installation; • Constructing new fixed or relocatable towers (80-120 feet) or refurbishing existing fixed towers; • P ower system which includes both grid power and an alternative power source (fixed or relocatable alternative power source); • F ixed or relocatable Command and Control (C2) system; • Site security during and after construction including tower perimeter security fencing (fixed towers require permanent fencing whereas relocatable towers require relocatable fencing); and • Providing "as built" drawings. * Provide and install the RVSS and C2 equipment; * Remove legacy RVSS equipment from tower and C2 sites; * Provide, install, and staff the Network Operations Center/Security Operations Center (NOC/SOC) equipment/software; * Provide operator training; * Provide maintenance training; and * Provide long-term maintenance of the system, including a technical refresh, if necessary. Estimated tower and C2 quantities, by USBP Sector, can be found in the attached document titled " Estimated RVSS Tower and C2 Quantities ". CBP MISSION REQUIREMENTS CBP's key mission elements directly support the acquisition and deployment of RVSS capability and are defined as: * Predict : To anticipate illegal traffic actions prior to illegal activity; * Deter : To dissuade illegal cross border activity into and out of the United States by creating and conveying a certainty of immediate interdiction upon entry; * Detect : To discover the presence of a possible Item of Interest (IoI). IoIs include dismounted humans, humans mounted on animals and conveyances such as All-Terrain Vehicles (ATV), motorcycles, automobiles, trucks, boats, rafts, and jet skis; * Track : To follow the progress/movements of an IoI; * Identify/Classify : To determine whether an IoI is a human, animal, conveyance, or uknown and the associated level of threat; * Respond : To dispatch or employ law enforcement resources to address an IoI; and * Resolve : To take final CBP action, whether ciminally, administratively, or otherwise. This includes capture data, process information, etc. RVSS OPERATIONAL REQUIREMENTS : See attached document entitled " RVSS Operational Requirements." The document includes a glossary of terms at the end. SUBMISSION REQUIREMENTS: Interested parties are requested to provide an information package, using the attached provided MS Word document titled " RVSS RFI Response Document". Information requested includes: A. Company Profile - not to exceed one page, 12-point Times New Roman font, including the Company name and address, point-of-contact, DUNS #, business size status and social economic status. Identify the company's management system certifications, such as Capability Maturity Model Integration (CMMI) and International Organization for Standardization (ISO). B. Brief Company Capability Statement - not to exceed four pages, 12-point Times New Roman font, describing relevant experience. If citing contracts, identify the customer, contact number, and total dollar value. Identify whether the company participated as the prime contractor or a subcontractor. Please also describe any experience with the DHS or Department of Defense (DOD) Enterprise Architecture and DHS or DOD Architecture Framework. Describe any unique capabilities and tools over and above those required to meet requested capabilities that could be provided to enhance and aide RVSS Upgrade System operator effectiveness (e.g., automated detection, automated tracking of IoI, enhanced range, enhanced accuracy, interoperability with other CBP surveillance systems, etc.). C. Description of Systems and Products Available - not to exceed nine pages, 12-point Times New Roman font, that support all of the functions identified in the Operational Requirements, which are attached to this RFI as "RVSS Operational Requirements". Please identify the following, if available, in this description: A system overview; The basic functions the system performs; Current uses and locations where systems have been fielded; Confirmation that your system is available for purchase as either a COTS system or as a non-developmental system; Any major test events or demonstrations at which the system received an evaluation or assessment; The Technology Readiness Level of the system; The Manufacturing Readiness Level of the system; The Software Readiness Level of the system; Provide actual system level Operational Availability (Ao) using this formula: Ao = MCT / (MCT + MTTR + MLDT) = MCT / (MCT + MDT), as well as theMean Time to Repair (MTTR), and the Mean Time Between Failure (MTBF) for critical outages to include OEM and actual vendor repair data. The terms Ao, MCT, MTTR, MLDT, MDT, and MTBF are defined in the glossary found at the end of the attached document titled "RVSS Operational Requirements"; Life Cycle Cost Estimate (LCCE); Interface standards and open systems approach and deployment of systems; Identify if there are any restrictions on data rights; Supply issues based on the potential quantities (e.g. towers, cameras, etc.) involved in this procurement if multiple Sectors are deployed simultaneously; System lead time and long-lead components; Remote maintenance capability, health and status monitoring, analysis, troubleshooting, etc. What kind of warranty is provided with your system; Potential wide angle camera usage (180 degree panoramic view in day and night); Future capabilities that may be available in the next 3-5 years; and Information on both fixed and relocatable towers. For fixed towers, include information on the tower height, the security fencing, power generation, etc. For relocatable towers, include the time it takes to relocate the tower, the relocatability of the C2 facility, the security fencing, and power generation, etc. D. RVSS Capability Table -not to exceed eleven pages, single-spaced, 12-point Times New Roman font, Microsoft word, found in the attached "RVSS RFI Response Document". Please make note of any requirements that are unclear and suggest how to restate the requirement. E. Responses to the following questions which will help the Government determine the acquisition strategy. Not to exceed 1 page per question, 12-point Times New Roman font: 1. The Government is seeking suggestions on potential contract type and CLIN structures, to include pros and cons of each. 2. Does a single prime contractor have enough capacity to handle all potential deployments? What is the number of simultaneous deployments a single contractor can execute? 3. What, if any, performance metrics would prospective contractors recommend the Government use to measure performance for these services? What incentives could be offered that would most effectively lead to outstanding performance? 4. What is industry practice regarding a system warranty? 5. What significant market conditions, trends, and operating constraints should the Government be aware of which may not be considered in the provided requirements? OTHER INFORMATION: The " RVSS RFI Response Document " is a Word document and must be submitted as a word document compatible with Microsoft Word 2013. Regarding the "RVSS RFI Response Document," please adhere to the requested page limits. CBP may not review any pages beyond the limits stated for each section. However, CBP may review information including appendices, marketing brochures, catalogs, etc. CBP will consider the responses to help further define the requirement, determine the acquisition strategy, and identify interest and the ability of the vendor community to provide support in the areas outlined in this RFI. Respondents shall mark proprietary information as such to be safeguarded in accordance with applicable Government regulations. The Government may conduct "One-on-One" discussions with responders with existing, fully-developed, and integrated system solutions that meet the Operational Requirements, as well as, with other responders to gather additional information. CBP may also seek to gather additional information and provide interested vendors an opportunity to learn more about this requirement by hosting an Industry Day. Please submit the requested information by e-mail only to: gmb.rvssswb@cbp.dhs.gov by 5:00 p.m. EST on 8 February 2017. All submissions (email including attachments) must be less than 10MB (zip files will not be accepted). OVERSIZED ELECTRONIC PACKAGES WILL NOT BE RECEIVED. Please forward all questions for this RFI by email to: gmb.rvssswb@cbp.dhs.gov by 5:00 p.m. EST on 23 January 2017. Answers, if provided, will be posted to this RFI on or before 5:00 p.m. EST on 1 February 2017. Please provide written questions and responses only. No phone calls will be returned. The Government may utilize support contractors to review and analyze vendor responses to this RFI. Each support contract reviewer will be required to sign a DHS Non-Disclosure Agreement (DHS Form 11000-6) prior to commencing review and analysis of RFI responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/CBPRVSSRFI/listing.html)
 
Place of Performance
Address: CBP is contemplating an expansion of the RVSS Upgrade Program throughout the entire SWB and Northern Border to include the following U.S. Border Patrol (USBP) Sectors: Laredo, Del Rio, Big Bend (Marfa), El Paso, El Centro, and San Diego, as part of the SWB, and Detroit, Buffalo, Blaine, and Swanton, as part of the Northern Border., United States
 
Record
SN04374640-W 20170120/170118234817-00fbabf1b4052432e3c3ae7cf4336cad (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.