SPECIAL NOTICE
D -- REQUEST FOR INFORMATION Defense Information Systems Agency Public Safety Communications Directorate
- Notice Date
- 11/13/2020 12:03:36 PM
- Notice Type
- Special Notice
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 207550549 USA
- ZIP Code
- 207550549
- Response Due
- 11/23/2020 10:00:00 AM
- Archive Date
- 12/08/2020
- Point of Contact
- Clark Miller, Phone: 301-225-4159, Catherine Abbott
- E-Mail Address
-
clark.b.miller.civ@mail.mil, catherine.k.abbott.civ@mail.mil
(clark.b.miller.civ@mail.mil, catherine.k.abbott.civ@mail.mil)
- Description
- REQUEST FOR INFORMATION The Defense Information Systems Agency (DISA) is seeking information on technology and the estimated costs associated with establishing a Department of Defense (DoD) Public Safety Communications (PSC) ecosystem. DISA is seeking information on all aspects of what constitutes PSC, to include: Establishing a DoD Information Network (DoDIN)-hosted Emergency Services Intranet (ESInet) with Location-Based Routing; Upgrade legacy Time Division Multiplex (TDM) 911/E911 Public Safety Answering Point (PSAP) systems to Internet Protocol (IP)-based Next Generation 9-1-1 (NG911) systems with integrated Computer Aided Dispatch (CAD) capabilities; Establish an enterprise Emergency Mass Warning Notification (EMWN) solution that supports all DoD; Upgrade legacy Land Mobile Radio (LMR) networks to interconnect to PSC IP interfaces; and Upgrading of legacy Burglar and Fire Alarm Panels from using Plain Old Telephone System (POTS) dial-up lines to employing IP over Ethernet or wireless Long Term Evolution (LTE) radio modems.�� All responses should include the engineering, installation, spare parts, training, and deliverable documentation requirements for the upgrade of legacy TDM-based public safety solutions operational within the DoD today to current IP-based public safety solutions capable of operating within the DoD unclassified information network environment. Any site-specific background information provided in this RFI is for information only. All upgrades suggested must comply with Joint Interoperability Test Command (JITC) Interoperability (IO) certification and Cyber Security (CS) accreditation requirements, required for inclusion on the DoDIN Approved Products List (APL). The goal of this RFI is to capture new technologies and capabilities employed within the commercial sector currently being deployed by State and Municipal PSC environments for consideration in the establishment of the DoD PSC ecosystem. DISA is looking to gather Rough Order of Magnitude (ROM) pricing information for such technologies that will assist with completing budgetary estimates of cost to the Government, along with information on innovative strategies for the development of a distributed architecture that will support the future DoD PSC enterprise. DISA is in the process of finalizing an optimal enterprise strategy for DoD owned and operated PSAPs, and the information to be acquired via this RFI process will greatly assist in this initiative. It is expected that these upgrades will be initially fielded in the late FY22/early FY23 timeframe. RESPONSE GUIDELINES: Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed 40 pages single spaced, 12-point type with at least one-inch margins on 8 1/2� X 11� page size.� The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response.� The following items will not be considered when calculating page limits: cover page, table of contents, glossary, and executive summary. Page limitations shall not be circumvented by including text boxes/pop-ups or internet links to additional information; such inclusions will not be considered. Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI.� Oral communications are not permissible.� Beta.sam.gov will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI should send responses via email no later than 18 November 2020 at 1:00 PM Eastern Time to Clark Miller at clark.b.miller.civ@mail.mil . INDUSTRY DISCUSSIONS: DISA representatives may choose to meet with respondents who may be potential offerors and hold one-on-one discussions.� Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks.� Individual meetings with respondents are solely at the discretion of the Government. QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to Clark Miller at clark.b.miller.civ@mail.mil.� Verbal questions will NOT be accepted.� Answers to questions will be posted to FBO.� The Government does not guarantee that questions received after 12 November 2020 at 1:00 PM Eastern Time will be answered.� The Government will not reimburse companies for any costs associated with the submissions of their responses.� Questions are located in paragraph 8 starting on page 44 of this RFI. DISCLAIMER:� This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government.� FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes,� is incorporated by reference in this RFI.� The Government does not intend to pay for information received in response to this RFI.� Responders to this invitation are solely responsible for all expenses associated with responding to this RFI.� This RFI will be the basis for collecting information on capabilities available.� This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received in this RFI that is marked �Proprietary� will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed.� In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. For complete information please see the attached documents.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/29a7f6b49f5c44478564f2dfd3219456/view)
- Place of Performance
- Address: Washington, DC 20301, USA
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN05852460-F 20201115/201113230138 (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 |