SOURCES SOUGHT
D -- Title III Digital Collection System
- Notice Date
- 3/12/2014
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-TC, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
- ZIP Code
- 20536
- Solicitation Number
- 192114VHQ54T00015
- Archive Date
- 4/11/2014
- Point of Contact
- Evan Strother, Phone: 2027322648
- E-Mail Address
-
evan.strother@ice.dhs.gov
(evan.strother@ice.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management (OAQ) intends to award a sole source firm-fixed price task order to JSI Telecom, Inc. that includes a twelve month base period and four (4) one-year option periods for operations and maintenance (O&M) support services on existing perpetual licenses, hardware lifecycle replacement and training related to the Homeland Security Investigation's (HSI) Title III Digital Collection Systems. ICE requires O&M support services on existing perpetual software license, hardware lifecycle replacement, and training from JSI Telecom in accordance with 41 U.S.C. 3304(a)(1) as implemented under Federal Acquisition Regulation (FAR) Subpart FAR 6.302- 1(a)(2)(ii)(A), only one source is capable of providing the supplies or services required because the supplies or services are unique or highly specialized. It is anticipated a formal solicitation and other related information will be released on or about May 28, 2013. An award is anticipated on or about July 9, 2013. The Performance Work Statement (PWS) falls under the North American Industry Classification System (NAICS) code 334290. The Title III Digital Collection Systems program is used to receive, record, live monitor and analyze court-authorized interception of communications in support of ICE criminal investigations. The need for comprehensive engineering support, software development, hardware lifecycle replacement, helpdesk support, training, and maintenance support services are essential to support these investigations. The environment in which these systems function is constantly evolving, subject to changes in technological advances, standards of the telecommunications industry, and legal requirements. Market research revealed that JSI Telecom is the Original Equipment Manufacturer (OEM) and owner of the source code information of the original JSI licenses being utilized by ICE. Additionally, JSI is the only manufacturer that can provide the required annual maintenance support for these licenses. Notwithstanding, any vendor that believes they are capable of meeting ICE's requirements as stated above may submit evidence of such capability within 15 days of this posting. The Government will consider all capability statements received within the time frame outlined above; however, a determination not to compete the proposed task order based upon the responses received is solely within the discretion of the Government. This notice is for informational purposes only and is not a request for quotation. No solicitation is available at this time and telephone, fax, or email requests for a solicitation will not be honored. No contract will be awarded on the basis of offers received in response to this notice. All questions or comments regarding this procurement shall be addressed in writing to the Contract Specialist, Evan Strother, at evan.strother@ice.dhs.gov or the Contracting Officer, Harold Honegger, at harold.honegger@ice.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-TC/192114VHQ54T00015/listing.html)
- Record
- SN03308725-W 20140314/140312234852-d20e2510335957fbea2f8b85746f958e (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 |