SOURCES SOUGHT
D -- Sources Sought - Incident Monitoring and Alerting Service
- Notice Date
- 11/1/2016
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE, MS-4010, Washington, District of Columbia, 20549, United States
- ZIP Code
- 20549
- Solicitation Number
- 65000-17-0001
- Archive Date
- 11/11/2016
- Point of Contact
- Christina J. Turner, Phone: 2025518187, Anke C. Taylor, Phone: 2025518716
- E-Mail Address
-
turnerc@sec.gov, taylorank@sec.gov
(turnerc@sec.gov, taylorank@sec.gov)
- Small Business Set-Aside
- N/A
- Description
- The Securities and Exchange Commission (SEC) is seeking sources for an Incident Monitoring and Alerting Service. CONTRACTING OFFICE ADDRESS: Office of Acquisitions 100 F Street, NE Washington, DC 20549 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Office of Strategic Initiatives/Library is seeking information for potential sources for an Incident Monitoring and Alerting Service at the SEC Headquarters location as well as the regional offices. DISCLAIMER: THIS SOURCES SOUGHT 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 TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: The U.S. Securities and Exchange Commission (SEC) requires the monitoring of incidents occurring nationwide on a 24-hours-per-day, 7-days-per-week basis, that have significance as potential threats to the Commission staff and property, including Headquarters and Regional Offices. At a minimum, the type of incidents to be monitored shall include: aviation, fire, hazmat, infrastructure, law enforcement, medical, natural disaster, terrorism, transportation, utility, and weather. Should any incidents occur, the Commission requires immediate notification of incidents and timely updates through a variety of communication media, including e-mail, Blackberry and mobile telephone. The service shall provide 24-hours-per-day, 7-days-per-week, 365-days-per-year coverage for all significant incidents that occur across the nation, and provide updates as new information is available. It shall provide information for specific events occurring in up to 25 locations specified by the SEC. The service shall monitor over 1,000 free and fee-based information sources, in order to provide early warning of incidents at the local, regional and national levels. The service shall report all incidents that have a regional or national impact on operations or employees. These reports shall be both in textual and graphical views, and provide the user with the ability to zoom down to the street level throughout the USA. The service shall enable personalized alert profiles for up to 8 users, to whom it will provide relevant alerts. Each user shall be notified via up to four communication devices. The service shall provide • 24-hours-per-day, 7-days-per-week, 365-days-per-year access to a website containing incident monitoring information nation-wide. • The ability to create locations and alert profiles and receive relevant alerts of incidents that might affect their operations/employees. Alert profiles and locations can be changed at any time. • Access to associated information including webcams, local news reports, and maps. • Implementation support to set up user profiles, including locations of interest, user contact information, and communication preferences • User training SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 511210. This Sources Sought Synopsis is requesting responses to the following criteria large and small businesses that can provide the required services under the NAICS Code. To assist the SEC in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Business Size and Type of Small Business, if applicable; 4) Cage Code and DUNS; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) Availability of up to four (4) Option Periods Vendors who wish to respond to this should send responses via email NLT 12:00 PM Eastern Time on 9 November 2016 to turnerc@sec.gov. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/65000-17-0001/listing.html)
- Record
- SN04317569-W 20161103/161101234535-eb5a71a6dd269b06f987a33dd72e9cae (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 |