SOURCES SOUGHT
A -- Nationwide Automated Identification System (NAIS) Support
- Notice Date
- 11/8/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Contracting Office, USCG Research and Development Center, 1 Chelsea Street, New London, Connecticut, 06320-5506, United States
- ZIP Code
- 06320-5506
- Solicitation Number
- HSCG32-13-I-R00003
- Archive Date
- 12/9/2013
- Point of Contact
- Helen R Nelson, Phone: 860-271-2843
- E-Mail Address
-
helen.r.nelson@uscg.mil
(helen.r.nelson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR THE UNITED STATES COAST GUARD (USCG) RESEARCH AND DEVELOPMENT CENTER (RDC) IN NEW LONDON, CT. This Request for Information (RFI) is part of a market research effort to assess industry capabilities that will best address the USCG's needs with regard to the planned execution of an NAIS Live Dataflow Network and System Analysis contract. It is anticipated that this effort will result in the award of a Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a performance period of five years. It is anticipated that the effort required over the five-year period may be in the range of $9M. The RDC is the Coast Guard's (CG's) sole facility performing Research, Development, Test and Evaluation (RDT&E) in support of CG major missions of Maritime Law Enforcement, Maritime Safety, Marine Environmental Protection and National Security. The RDC's Automatic Identification System (AIS) project in New London, CT, is currently evaluating the performance of AIS technology for use by the USCG NAIS and developing methods that can improve performance and capabilities of the NAIS. Past AIS research has produced an operating network consisting of remote equipment installations, software, analysis and data access methods that need to be expanded to meet USCG operational needs. The RDC's previous work resulted in the development of the USCG NAIS Interim Receive (IR) System. The USCG's ongoing acquisition of expanded NAIS reception and transmit capabilities is designated as NAIS Permanent Transceive (PT) System. This expansion includes the transfer of capabilities and responsibilities to USCG operators and facilities outside of the research program. Final expansion of NAIS is designated as the Long Range Receive (LRR) System. In support of the NAIS program, the RDC is responsible for: continued development and maintenance of the NAIS software used in both the Interim and PT Systems; documentation for future support of the software outside of the research program; and, assessment of the NAIS network surveillance performance. The RDC is seeking information on companies that have the capability to augment the capacity and enhance the technological expertise of the RDC in the area of AIS data analysis; AIS real-time data networking; operation and maintenance of the (RDC) Analysis website; system administration, modifying AIS software and maintenance of existing USCG NAIS software; AIS lab and field work supporting the RDC AIS; and physical receiver and transmitter experimentation to improve system performance. The integrated tasking areas include the following: A. Real-time AIS Data Network Operations - The contractor shall maintain the continued real-time data reception, aggregation, and distribution of AIS data and metadata in the NAIS network while ensuring protocol compliance with the National Marine Equipment Association (NMEA) 0183 standards. A consistent level of NAIS service and availability is accomplished through the utilization of multiple data servers running Windows XP, Windows 7, Server 2003, and Server 2008 operating systems. This real-time data service runs on a 24/7 schedule; however, contractor support shall be provided on an 8/5 schedule. The contractor shall maintain systems integrity, perform maintenance, and manage system security on all data servers and systems to ensure continuous operations. The contractor shall maintain and update the documentation describing the RDC AIS network infrastructure. The contractor shall respond for all casualties and resolve. The contractor shall provide technical support for all required changes to the AIS and NAIS operations on the RDC network. B. AIS Data Service Feeds to NAIS - The NAIS consists of USCG-owned sources or sites of AIS data as well as other Government agencies and commercial sources of AIS data. Non-CG sources typically do not conform to NMEA 0183 ver. 4.0 protocols used within NAIS. The contractor shall process reception of disparate AIS data feeds ensuring compliance to the NMEA 0183 standard, real-time data validation, data analysis, data archiving, and forwarding to the operational NAIS. The contractor shall configure and customize USCG NAIS software as required to establish non-standard and new data forwarding connections to the USCG NAIS system. C. AIS Data Monitoring and Analysis - The contractor shall conduct analyses on both operationally provided AIS data and data originating from non-operational sources including AIS metadata to ensure the preservation of the integrity and reliability of the NAIS network. The contractor shall perform individual and comparative analyses of NAIS network and site reception performance daily on the following: NAIS IR System; NAIS IR to PT System comparative reception; NAIS PT System reception and transmission; satellite based AIS (S-AIS); and third party commercial AIS receivers. From these analyses, the contractor shall produce daily comparisons and visualizations and then publish them to the RDC Analysis website. The contractor shall monitor the network connections daily. The contractor shall perform analyses of AIS vessel track data for the purpose of supporting risk assessments and incident investigations. D. Maintenance of NAIS Software - Current USCG NAIS software works both inside and outside of the USCG LAN and WAN network and operates natively on multiple operating systems. The contractor shall modify and update the customized and complex NAIS software, including configuring in the field. The stability and integrity of the NAIS operational network is heavily dependent on the proper function and interrelated communications of the USCG NAIS software. The contractor shall update, modify, maintain, and expand the existing USCG NAIS data analysis and filtering capability, and the RDC Analysis website software as required. The contractor shall develop and test new versions of USCG NAIS and analysis website software as required to maintain real-time network operations while ensuring compliance with NMEA 0183 ver. 4.0 protocol. E. Lab and Field Work- The contractor shall perform testing of receiver and transmitter antennas, software and site configurations. The contractor shall install experimental AIS and standard NAIS equipment, and proactively detect and troubleshoot NAIS network issues. The contractor shall provide system efficiency improvement recommendations based on testing and experimental activities. The contractor shall provide electronic technical support services as needed to maintain the RDC's AIS laboratory network infrastructure; server configuration; server setup; and NAIS network connections. F. Experimental AIS Technical Improvements - The contractor shall research and investigate potential improvements for the NAIS through physical infrastructure development, and improvements in RF reception and transmission technologies including transmitters, receivers, and antennas. The contractor shall investigate and demonstrate methods to improve AIS surveillance coverage in areas of high VHF Data Link (VDL) loading including long range reception and VDL Slot usage. The integrated tasking areas listed above rely on the utilization of the following standards, technologies and software tools: NMEA 0183 standards, International Electrotechnical Commission (IEC) AIS applicable standards, RF technology, JAVA and C++ programming, real-time data streaming and compression, MatLab, MS Flexgrid, Winzip, Windows XP and Windows 7 OS, Server 2003 and Server 2008. Capability statements submitted in response to this market research shall include the following: (1) a description of the capabilities and resources that demonstrate the ability to execute the integrated tasking areas described in the sources sought. If teaming arrangements are anticipated, in your response to item (1), describe the teaming arrangements and delineate team capabilities and resources by team member [limit 3 pages]; (2) a description of company history with regard to how AIS real-time data network, service feed, and data analysis experience, RF technology expertise, AIS technical standards expertise, and lab and field engineering was obtained or developed [limit 2 pages]; (3) A description of the company's Quality Control Program that will be used to ensure products, services, and systems meet technical requirements and are delivered in a timely manner [limit 1 page]; and (4) identify whether you are a small or large business with regard to the North American Industry Classification System (NAICS) Code 541512. This synopsis is for information and planning purposes only, does not constitute a solicitation, is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. In accordance with FAR 15.201(e), responses to this RFI are not offers and will not be accepted by the U.S. Government to form a binding contract. Respondents will not be notified of the results of the evaluation with regards to capability statements received. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be posted at the FedBizOpps website. It is the potential offeror's responsibility to monitor the FedBizOpps website for the release of any synopsis or solicitation that may result from this market research. Information collected through this announcement will be reviewed by individuals from the CG. Capability statements shall be limited to no more than seven pages and sent directly to: Helen.R.Nelson@uscg.mil with a copy to John.R.Freda@uscg.mil. Only electronic responses will be accepted and shall be submitted no later than 09 December 2012. PHONE CALLS WILL NOT BE ACCEPTED, VOICE MAIL MESSAGES LEFT WILL NOT BE RETURNED, AND EMAILS RECEIVED WILL NOT BE RESPONDED TO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGRDC/HSCG32-13-I-R00003/listing.html)
- Record
- SN02927714-W 20121110/121108234715-ade0efc7e1c67f500c56815a8060d76d (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 |