Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SPECIAL NOTICE

61 -- Request for Information (RFI) HSHQDC-18-RFI-00002: Resilient Technologies & Solutions - Request for Information (RFI)

Notice Date
12/21/2017
 
Notice Type
Special Notice
 
NAICS
221118 — Other Electric Power Generation
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-18-RFI-00002
 
Archive Date
1/23/2018
 
Point of Contact
Evron Rollins,
 
E-Mail Address
evron.rollins@hq.dhs.gov
(evron.rollins@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) HSHQDC-18-RFI-00002: Resilient Technologies & Solutions U.S. Department of Homeland Security (DHS) Office of the Chief Readiness and Support Officer (OCRSO) Office of Procurement Operations (OPO) Request for Information (RFI) HSHQDC-18-RFI-00002 Resilient Technologies and Solutions This REQUEST FOR INFORMATION (RFI) is for information and planning purposes only and may be shared with other federal agencies. This RFI does not constitute a formal solicitation for proposals and responses to this notice will be treated as information only. No solicitation exists; therefore, do not request a copy of a solicitation. No award will be made as a result of this request and responses to this notice are not offers. Respondents are advised that the Government is not under any obligation to provide feedback to respondents with respect to any information submitted under this RFI, nor is the Government bound to any further actions related to this matter. Those who respond to this RFI should not anticipate feedback with regard to their submissions other than acknowledgment of receipt if a request for an acknowledgement is requested by the submitter. All costs associated with responding to this RFI will solely be the interested party's expense. Not responding to this RFI does not preclude participation in any future solicitations, request for proposals (RFP), or request for quotations (RFQ). The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government and will not be returned. This feedback will enable the Department of Homeland Security (DHS) to determine whether or not to invest in these products in the future. Information provided to the Government will be treated as business sensitive if appropriately marked. Any confidential, proprietary, or privileged information should be clearly labeled. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as confidential, proprietary, or privileged will be appropriately controlled. Sources responding to this RFI should submit the minimum information necessary for the Government to make a determination that the Government's objectives are feasible and realistic given current industry capabilities. Submissions may be reviewed by the Government staff and support contractors bound by appropriate non-disclosure agreements. A. BACKGROUND The Department of Homeland Security is interested in resilient technology and solutions to protect assets that may be impacted by manmade and natural events. Natural and manmade disasters can cause disruption in power supplies, electrical, and fuel providers which can be difficult to reconstitute. DHS is interested in temporary and permanent alternative solutions to enhance resiliency in affected and vulnerable areas, as well as consideration for alternative solutions that can be applied broadly to all infrastructure assets, including those associated with energy and water management, communications, and transportation. B. RFI OBJECTIVES DHS is issuing this RFI to obtain responses from private sector entities, educational institutions, non-profit organizations, and other interested parties (hereafter referred to as "organizations") on innovative, commercial or early-commercial technologies that can cost-effectively transform and enhance the operational efficiency and resilience of DHS and potentially other government owned or operated facilities, vehicles, and infrastructure within and outside the continental U.S., as related to energy and water production (particularly alternative energy/water), supply, distribution, storage, and recovery. Throughout this document, the word "technology" refers broadly to integrated systems based on any combination of hardware (equipment), software (processing), materials engineering processes, and resource management devices, methods, tools, or models based on scientific or engineering principles. Technologies must be appropriate for performance measurement and verification (M&V). Commercial technologies are already broadly in use and readily available in the marketplace. Early commercial is defined as technology whose value and risks are understood by specialists for some applications but may not yet be widely commercially available. Early commercial technologies must have already been installed, tested, and proven at field facilities such as commercial spaces, military installations, research and testing facilities and housing. All technologies either commercial, off-the-shelf or early commercial must have been in operation no less than one year and power and energy management related technologies must have demonstrated capability to operate under prolonged electrical grid disruption. This RFI is intended to consider proven technologies that can be installed in present-day and not as a research project for an undemonstrated or future commercially available technology. Potential North American Industry Classification System (NAICS) Codes that may apply include, but are not be limited to: Hydroelectric Power Generation (NAICS 221111), Wind (NAICS 221115), Geothermal (NAICS 221116), Biomass (NAICS 221117), Solar Electric Power Generation (NAICS 221114), and Other Electric Power Generation (NAICS 221118). C. REQUESTED INFORMATION DHS is interested in responses from organizations that address the following areas: 1. What commercial or early-commercial technologies can you provide that would meet the objectives of this RFI either individually, as a teaming partner, or as a reseller? Is this technology available commercially off-the-shelf? Please provide an example of where this technology has been deployed. Has this technology been employed successfully for more than one (1) year? 2. Do the identified technologies require special equipment or are there special repair requirements? If so, please specify and provide the operations & maintenance (O&M) requirements. 3. Can your organization also provide the O&M or repairs? 4. Under power disruption due to a natural disaster (e.g., hurricane or flooding scenario), how would the identified technologies be applied to make the facility, transportation, and communication infrastructure assets resilient, including reliability, resistance to impacts, and ability to quickly recover from impacts? 5. What anticipated NAICS codes would be appropriate for the proposed technologies and is your organization listed under these codes? Is your organization registered in the System for Award Management (SAM) database? 6. What is your business size under the NAICs code(s) identified? 7. Does your organization provide alternative energy ‘as a service'? 8. Does your organization provide alternative energy maintenance services? 9. Does your organization currently have a contract related to the objectives of this RFI under a General Services Administration (GSA) Federal Supply schedule, such as Schedule 03FAC Facilities Maintenance and Management? 10. How would you propose the government stay up to date on the latest developments in this area and ensure it knows when updated equipment is released? 11. Would your organization be interested in contracting opportunities with the Government related to the objectives of this RFI? 12. Does your organization currently have a related contract with any other federal agency, including but not limited to the Department of Defense or Department of Energy? 13. Would your organization be interested in and available to participate in a market research session directly with DHS either in person or via teleconference? All interested organizations are invited to respond. The responses to this RFI are not expected to be proposals, but rather statements regarding the organization's ideas in relation to the above stated objectives and questions. Responses to this RFI should be concise and include only the most relevant material. All responses shall only contain UNCLASSIFIED material. Responses shall not exceed eight pages, each single side counting as one page, 8.5 inches x 11 inches, with one-inch margins, and font no smaller than 12 point Times New Roman. Responses shall not include any attachments to the official response and shall include within the eight pages any technology details, drawings, and specifications. Files shall be in MS Office format (Word, Excel, or PowerPoint) or Adobe pdf format, and shall not exceed 5 MB. Respondents are requested to submit responses electronically via email by no later than 5:00 p.m. EST by January 19, 2018. All responses and inquiries to this RFI shall be emailed to: Evron.Rollins@hq.dhs.gov. Email subject lines shall follow this convention: "DHS RFI Resilient Technologies and Solutions RESPONSE - Organization Name." Telephone calls regarding this RFI will not be accepted. This announcement will remain open until 5:00 pm EST on January 19, 2018. Following review of written responses, DHS may, at its discretion, follow up with market research sessions with selected organizations. These may be in person or via teleconference. Written responses to this RFI do not obligate the Government to follow up with any particular organization. Please note that DHS may publish answers to questions and comments received in response to this RFI if the anticipated requirement results in a solicitation. D. PROPRIETARY INFORMATION Because information received in response to this RFI may be used to structure future programs or otherwise be made available to the public, respondents are strongly advised to NOT include any information in their responses that might be considered business sensitive, proprietary, or otherwise confidential. The Government does not guarantee confidentiality of the information received. Although DHS asks that no confidential business information be submitted, it is DHS' practice to protect the provided information and make it available on a need-to-know basis only to Government personnel and contractors who will be using this information on behalf of the Government. However, DHS cannot guarantee that information will be free from access by others during transmission or while stored in its system or otherwise in DHS's custody or control or in the custody or control of another federal agencies or their contractors, and the Government and its contractors will have no liability whatsoever for disclosure of such information. If a respondent chooses to submit business sensitive, proprietary, or otherwise confidential information, it must be clearly and conspicuously marked as such in the response. Responses containing confidential, proprietary or privileged information must be conspicuously marked as described below. Failure to comply with these marking requirements may result in the disclosure of the unmarked information under the Freedom of Information Act or otherwise. The Government is not liable for the disclosure or use of unmarked information, and may use or disclose such information for any purpose. If your response contains confidential, proprietary, or privileged information, you must include a cover sheet with your response marked as follows identifying the specific pages containing the confidential, proprietary, or privileged information: Notice of Restriction on Disclosure and Use of Data: Pages [list applicable pages by number] of this response may contain confidential, proprietary or privileged information that is exempt from public disclosure. Such information may be used or disclosed only for the purposes described in this RFI (insert RFI #). The Government may use or disclose any information that is not appropriately marked or otherwise restricted, regardless of source. In addition, (1) the header and footer of every page that contains confidential, proprietary, or privileged information must be marked as follows: "Contains Confidential, Proprietary, or Privileged Information Exempt from Public Disclosure" and (2) every line and paragraph containing proprietary, privileged, or trade secret information must be clearly marked with double brackets or highlighting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-18-RFI-00002/listing.html)
 
Record
SN04774609-W 20171223/171221231929-f2c99dee131adfc38c749a863e4d0893 (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.