SOURCES SOUGHT
70 -- PTL Integrator Software and Support
- Notice Date
- 9/11/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
- ZIP Code
- 22219
- Solicitation Number
- SAQMMAPTLSS
- Archive Date
- 10/10/2012
- Point of Contact
- Frank B. O'Donnell, Phone: 7033123675, Andrew J. Lloyd, Phone: 703-312-3675
- E-Mail Address
-
o'donnellfb@state.gov, lloydaj@state.gov
(o'donnellfb@state.gov, lloydaj@state.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice for written information only. The Department of State does not intend to award a contract on the basis of this notice or reimburse the cost associated with providing the information requested. The following information should be part of the response requested. • Contractors Name and Headquarters address • Company size based on the NAICS Code identified herein. • Dunn and Bradstreet Number, and Cage Code associated with the address provided. • GSA contract number, if applicable • Point of contact with telephone number and email address All contracted personnel shall be required to possess a TS/SCI clearance prior to performing services under this contract. Should your company be interested in this requirement please submit a 3 page capability statement in sufficient detail to assess your companies ability to meet the requirements stated below. Please list any exceptions taken to these requirements or your companies in ability to meet a specific requirement. The capability statement shall be in 12 pitch using a Times New Roman font and shall be provided by not later than 12:00 p.m. EST on Tuesday September 25, 2012. The DOS does not plan to issue responses to vendor questions. Interested parties who are qualified shall submit their written response to Frank B. O'Donnell at o'donnellfb@state.gov. PHONE CALLS WILL NOT BE ACCEPTED. The Department of State (DOS), Bureau of Diplomatic Security (DS), Office of Security Technology (ST), Personnel Tracking and Locator (PTL) Section is issuing this sources sought synopsis in an attempt to identify qualified businesses, either small or large, capable of delivering a qualified PTL system. The PTL mission is to provide tracking and monitoring capabilities to USG personnel worldwide in support of foreign policy requirements. The DOS is seeking to acquire through competitive proposals a system to replace the current nine year old system that supports PTL operations both domestically and overseas. The DOS has a significant investment in satellite and cellular tracking devices that are currently deployed worldwide, therefore the PTL system must be device agnostic and be capable of ingesting data from currently deployed tracking devices spanning multiple device formats and utilizing varied transmission paths. The devices include PECOS-based or Commercial Iridium, Global Star based devices, and various 2G/3G/4G cellular networks via Short Message Service (SMS) and data. In order to facilitate the DOS Certification and Authorization (C&A) requirements, any solution proposed shall have been issued authority to operate or accredited by another entity of the federal government. The PTL system shall aggregate the data collected and distribute it to various front end user systems, and provide a default display capability. The Contractor's PTL system shall be capable of the following: 1) At a minimum the system shall ingest device ID's, positions, and elevation data from each tracker, and any brevity code. If the tracking device transmits a device send time, speed, and direction the PTL System shall be capable of ingestion. 2)Provide the ability to ingest encrypted device data using FIPS-approved encryption algorithms where encryption is supported by the device. 3)Utilize an Application Programming Interface (API) for integration to third-party external viewing applications and systems. This API shall include at a minimum: retrieval of live or historical tracks by ID, Alias, Date, Device Group, or other filters, and retrieval of device metadata and geo-fences. 4)All API methods and documentation shall be accessible without requiring proprietary software or a license. 5)PTL system shall serve data to multiple external viewing applications. These applications include but are not limited to Google Earth, ESRI and FalconView. 6)Provide and or develop the capability to integrate layers of geospatial data and overlay the data on a Google Earth Baseline. 7)Web interface requirements: a)Provide a unified, secure web interface for all system functions, including administration, configuration, geo-fence management, and data export functions. i.The interface shall allow devices to be organized in nested device groups. Users shall be able to view or modify only devices in the group for which they have permission. ii. The system shall provide audio/visual warnings during tracker-initiated emergencies or geo-fence violations. iii. Provide the capability to export live tracking data and emergency messages via unencrypted UDP, unencrypted TCP, and HTTPS protocols to any other IP address and port. b)The unified web interface shall also provide a secure built-in web viewer that allows a user to see selected trackers as periodically updated icons overlaid on street map or geospatial imagery with the ability to pan-tilt-zoom. i. Users shall be able to disable the built-in viewer when necessary, so that the user can use an external viewing application. ii. Users shall have the ability to zoom to a specified tracker, or when a device sends an emergency message. The Contractor shall be capable of also providing engineering and technical services to include system installation, operational validation, operations maintenance, technical support, and sustainment services required to support a 24x7x365/6 DOS activities worldwide.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMAPTLSS/listing.html)
- Place of Performance
- Address: Continental United States, United States
- Record
- SN02876816-W 20120913/120912000503-8678156043f0a8f34e42742ae749f64d (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 |