Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2009 FBO #2713
SOLICITATION NOTICE

D -- External Emergency Notification System

Notice Date
4/29/2009
 
Notice Type
Presolicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
 
ZIP Code
20202
 
Solicitation Number
ED-OOM-09-R-0013
 
Point of Contact
Gabriella I. McDonald,, Phone: 202-245-6188, Desandre E. Woodard,, Phone: (202)245-6175
 
E-Mail Address
gabriella.mcdonald@ed.gov, desandre.woodard@ed.gov
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation notice for commercial items prepared in accordance with Subpart 5.203, as supplemented with additional information included in this notice. A solicitation will be issued on May 4, 2009. In accordance with FAR 11.104, this posting serves as notice of the U.S. Department of Education's (ED) intent to procure a brand name or equal item peculiar to one manufacturer, Emergency Management Telecommunications, Inc. (EMTEL), on a competitive basis. EMTEL is the sole provider of software license and maintenance and is the manufacturer and exclusive licensee of SchoolCall911. No authorized resellers of this software exist; thus, no other vendors can provide maintenance for the above-referenced software. However, the Department will accept proposals for products that are equal to the functional and operational characteristics described below. Once the minimal technical capabilities are met, price will be the determining factor for award. The minimal salient characteristics that must be met are as follows: 1. Develop and enhance a web-accessible database of primary telephone, fax, cellular, TTY and e-mail contacts for all SEAs, LEAs, Bureau of Indian Affairs (BIA)-funded schools, and institutions of higher education in the nation and that allows web-based updates from authorized contacts. 2. Provide the mobile and wireless communication system to operate the portable activation and notification system that can: (1) receive alert notices from a variety of sources (i.e. external sensors, hazard notifications, and communication systems), (2) provide a means to administer and activate the notification system, (3) send outbound calls and alert notifications to a user-generated call list of contacts via numerous methods, including but not limited to: telephone, fax, cellular, TTY, e-mail, pagers, fire alarms, campus siren and intercom systems, Radio Frequency (RF), Short Message Service (SMS) text, and Internet; and (4) receive real-time feedback from the alerted systems and end-points. 3. Provide the security features for to ensure safeguard of the wireless system i.e. secured token access, and full FISMA certification and accreditation of main operating system from which the information is originated. 4. Develop, operate and maintain the system consistent with federal security requirements (e.g., Federal Information Security Management Act (FISMA), NIST guidelines and industry best practices) and ensure that system has real time response and communication capability along with remote activation and tracking capability. 5. Provides the ability to access the Internet and is capable of allowing the use of SSL and IPSec VPN technology (e.g., Citrix MetaFrame) to remotely access internal ED information technology resources. 6. Develop and enhance statewide and regional maps identifying all elementary, secondary schools, and institutions of higher education in specific geographic areas. 7. Deliver emergency or otherwise deemed necessary information to all SEAs, LEAs, BIA-funded schools, and institutions of higher education within a specific geographic region or nationwide. Please contact Gabriella.McDonald@ed.gov via email or at (202) 245-6188, should additional information be required.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c6ee16cb3a8969109ff8db41e174a92b&tab=core&_cview=1)
 
Place of Performance
Address: The principle place of performance shall be at a contractor-owned and operated site., United States
 
Record
SN01805173-W 20090501/090429222903-c6ee16cb3a8969109ff8db41e174a92b (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.