SPECIAL NOTICE
R -- REQUEST FOR INFORMATION (RFI) FOR MARKET RESEARCH TAGGING, TRACKING AND LOCATING DATA DISSEMINATION ARCHITECTURE
- Notice Date
- 7/22/2020 9:31:23 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- HQ USSOCOM TAMPA FL 33621-5323 USA
- ZIP Code
- 33621-5323
- Solicitation Number
- F2VUQ4-RFI-20-TCC-TTL-Data-Dissemination
- Response Due
- 8/5/2020 9:00:00 AM
- Archive Date
- 08/20/2020
- Description
- The purpose of this RFI is to gather Industry�s input regarding a requirement supporting the United States Special Operations Command (USSOCOM). THERE IS NO SOLICITATION AT THIS TIME. This request for information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred; and the government will not be providing responses to any questions.� The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. The following paragraphs describe the (1) Background/Need, (2) Scope, (3) Questions, (4) Projected Milestones, and (5) Submission Instructions. Background/Need: The United States Special Operations Command is issuing this request for information as a means of conducting market research on technical services related to the ingestion, processing, dissemination and visualization of tagging, tracking and locating (TTL) data. Scope:� Provide USSOCOM with a software based management system for the dissemination and visualization of TTL data as well as device command and control.� This software must be capable of providing situational awareness, data collection, geospatial data, and two way communications between multiple satellite, cellular and radio frequency providers.� Additionally, provide commercial airtime services.� TECHNICAL REQUIREMENTS:� Provide the ability to connect with DoD and Commercial gateways as well as other Commercial data management servers Provide options for hosting and maintaining physical server based systems at the Contractor facility and/or supporting servers hosted by the United States Government (USG) Provide technical and training support 24/7/365 Provide over-the-horizon airtime services (Globalstar, Iridium, Cellular, etc.) Backend server application support for TTL Tracking devices with separate database and front-end graphical user interface (GUI) tracking interface (Web browser based) with ability to function in a virtual (AWS Cloud) or hardware environment. GUI interface for showing device data with positional location on a 2D and 3D global map layer (open street map and imagery) C2 interface capability for (if applicable), but not limited to, Iridium, Globalstar, GSM data and SMS communications path to devices in the field via over-the-air (OTA). (i.g. send action or configuration change commands to device, request device settings, request OTA download data, etc�) User alert by device actions. (i.e. alert for notifications of geo-fence entry & exit, input/output (I/O) activations, waypoints, etc�) Capability in system to process usage metrics. (i.e. how many reports per device, per device type: per day, per week, per month, etc.., info on creating and deleting users and devices; when made/deleted, who made/deleted, etc..) Support capability for data transfer via Cross Domain Solution (CDS) from unclassified USG network (NIPR) to classified USG network (SIPR) Server application(s) meets current DISA cyber security standards for Application Security and Development Security Technical Implementation Guides (AS&D STIG). Testing environment(s) of this capability by developer should meet other DOD STIG guidelines if applicable. (i.e. PostGres SQL STIG, Windows Server OS STIG, JAVA STIG, etc�) Operate on Windows Server OS 2019 Capable to pass DoD computer system accreditation Capability for secure inbound and outbound connections to other data servers for sharing of data. Connections being, but not limited to, direct IP and log in credentials over a TLS 1.2 or higher protocol. Server and GUI application having capability of user define permissions and roles to control access to devices and data. (i.e. Superadmin, Admin and User roles) User configurable installer. (i.e. user being able to select drive location of server application, database, GUI interface, port access, etc�) Database management capability of archiving selected or complete historical data to external media source. Additionally importing of data back into database. Server application ability to maintain high usage load in performance and stability. (i.e. 99% time fully operational (24/7/365) with up to 500 users, 8,000 devices and 8 million data files in the database with 2 year accessibility by the user. i.e. historical data request) Capability for integration of OEM devices per PMO requirements. NDAs between developer and device OEM may be required. Developer provide installation and operational training on server product. Developer provide tech support to USG host organization. Developer capable of travel to host site for installation support if requested. Provide U.S personnel cleared to the Secret level as well as Secret cleared facility at the start of the task. Questions for Industry. If your organization has the potential capability and capacity to perform these contract services, please assist the government by providing the following: Contact information for someone in the company with whom the government can follow-up (name, phone number, email address, website address)� Business Size of the company (Small or large, and any socio economic qualifications i.e. woman owned, Veteran Owned) Capability statement tailored to the particulars of this effort with appropriate documentation supporting claims of organizational and staff capability.� Outline the types and names of devices currently integrated into your architecture as well as the level of integration. Describe corporate experience with delivering this type of specialized support on past or present contracts. Identify challenges and risks from an industry perspective that are associated with performing a similar effort with which your company has experience. From a high level, what approach would your company take to deliver the services to Special Operations Forces? � Submission Instructions: �Please note, telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this notice by 5 August 2020. All responses and any questions under this RFI must be emailed to SR-TCC-RFI@socom.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b26596795a454c6f9f0f09bdf3907ddc/view)
- Place of Performance
- Address: Tampa, FL 33621, USA
- Zip Code: 33621
- Country: USA
- Zip Code: 33621
- Record
- SN05729029-F 20200724/200722230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |