SOURCES SOUGHT
D -- Emergency Response Software Collaboration
- Notice Date
- 12/22/2005
- Notice Type
- Sources Sought
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-06-X-0240
- Response Due
- 1/23/2006
- Archive Date
- 2/22/2006
- Description
- Under the US ARMY's Integrated Emergency Operations Center (IEOC) Program, The Department of the ARMY, ARDEC, solicits information from potential industry partners to collaborate in the technology of software products (e.g. Commercial off-the-shelf and developmental items) for crisis management to support Homeland Defense/Homeland Security emergency operations. Commercial off-the- shelf is meant in this context as a product that has a reasonable number of commercial sales in the past year and is readily available on the commercial market and could be immediately deployed. Developmental items are running prototypes that could be considered for future needs as they mature. The general applications are any and all functions engaged in response to natural or man-made emergencies. For background to potential responders, the mission of the IEOC program is to develop and demonstrate a regionally based "Integrated Emergency Operation Center" (IEOC) to allow all levels of the National Infrastructure to train, intervene, and respond to man-made or natural disasters. At the highest level, the goal is to provide the tools and techniques necessary to train for an event by scripting and reviewing disaster events that prompt a response. On the operational response side, the program seeks to provide best-of-breed collaborative tools, interoperable equipment to support voice, video and data connectivity from the incident scene to the incident commander through the IEOC thus providing for seamless communications among all incident stakeholders. One of the specific deliverables under the IEOC Program is to assess "candidate software and hardware systems and to exercise the representative IEOC architecture in various modes and scenarios relevant to the National Incident Management System (NIMS) standard". It is intended that testing and evaluation under this announcement will be conducted jointly by the offerors and Government personnel or Government contractors at the Integrated Emergency Operations Center (IEOC) in Johnstown, Pennsylvania and/or the Emergency Operations Center (EOC) at US Army ARDEC, Picatinny, New Jersey. Both locations support PC-based systems with Microsoft operating systems and related software. Special requirement for tests (e.g. a particular relational database product) will have to be provided by the industry collaborator to facilitate testing. Selection of industry partners will be wholly based upon the offeror's belief that they can address all or part of the requirements specified. The partner's software will be evaluated against a "benchmark" requirements document as well as the partner's own published capabilities specification. This represents what the Government anticipates as the first phase of collaboration. It is ARDEC's intent to publish the testing results against the requirements baseline and partner's published software capabilities specification after discussion and review with the industry partner. A potential second collaborative phase may be considered if the Government and industry partner find that the software product or product technology has more wide ranging application to the Integrated Emergency Operations Center (IEOC) Program. Once that decision is made, a contract arrangement or Cooperative Research and Development Agreement (CRADA) may be considered appropriate. A CRADA is an agreement designed to enable collaborations between the government and industry. It is not a grant, and it is not a contract for procurement of goods/services. The CRADA will result in no funds from ARDEC to the collaborator. A second solicitation for actual industry partners will be issued on or about Jan 30, 2006. Concurrently, relevant documentation of requirements and an outline of the testing process will be made available on a publicly accessible web site. Letters of interest should include the following: 1. a letter of intent from the potential industry partner 2. a description of the software to be evaluated 3. availability information on the proposed software PLEASE NOTE THAT THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please also be advised that the Government will not pay for any information submitted under this announcement. Responses should be directed electronically to IEOC Program Manager, Mr. Robert Donnelly, at donnelly@pica.army.mil.
- Web Link
-
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-06-X-0240)
- Record
- SN00957034-W 20051224/051222212332 (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 |