Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2013 FBO #4219
SOURCES SOUGHT

63 -- Small Arms Detection

Notice Date
6/11/2013
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA-13-RFI-ST1
 
Archive Date
7/30/2013
 
Point of Contact
Andrew J. Lloyd, Phone: 703-312-3675, Cora L. Greene, Phone: 703-312-3558
 
E-Mail Address
lloydaj@state.gov, GreeneCL@state.gov
(lloydaj@state.gov, GreeneCL@state.gov)
 
Small Business Set-Aside
N/A
 
Description
1.0 Purpose This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein. The government is requesting information regarding the availability and feasibility of attracting new service providers to support the requirements of the Department of State (DOS), Bureau of Diplomatic Security (DS), Office of Security Technology (ST), as described in this RFI. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the below-listed services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. The government will not entertain telephone calls or questions for this RFI. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. 2.0 Background DS is the law enforcement and security arm of the DOS. DS is responsible for providing a safe and secure environment for the conduct of U.S. foreign policy. All Foreign Service posts (embassies, consulates-general, consulates, et al.) operate with technical and physical security programs designed and maintained by DS. In the Department of State's 270 overseas Foreign Service posts, ST has the key role in ensuring overseas technical and physical security systems are installed, maintained, repaired, upgraded, and monitored. Many DOS posts are under continual threat from small arms fire, and it is the intention of the Department to implement a system to detect and warn if such incidents occur. Life safety for DOS personnel is of premier importance, and such a system would increase the security of those living and working within the post compound. A small arms detection system will provide an audible warning of attack to compound personnel, allowing them to take immediate cover or move away from the most dangerous areas. In addition, when the system provides the location of the shooter, local authorities can be notified and respond appropriately, and forensic analysis can be done after the incident. In most cases, the operator of this system would be a Marine Security Guard (MSG) located in ‘Post 1', which is control station for most of the compound's security systems. ST is seeking a commercially available solution for compound-wide detection and warning of small arms fire, including rifle, rocket propelled grenades (RPGs), and rockets. The system provided should be able to integrate into the current security condition at DOS installations, including physical and electronic hardware as well as security procedures already in place. Because of the diplomatic mission of DOS, the implementation of any system should be as unobtrusive as possible so as not to project an image of military preparedness. 3.0 Prerequisites At this time, there is no requirement for a facility security clearance or cleared staff under the National Industrial Security Program. However, if a respondent participates in the National Industrial Security Program and has facility and personnel clearances, please provide that information in the response. 4.0 Requirements 1. Provide immediate detection and location of direct fire systems ranging from a single gunshot round (.223 to.50 caliber) up to an RPG or small rocket (107mm). 2. The system should not require a full-time operator or maintainer for daily operation. 3. The solution cannot use purely acoustic means of detection. 4. The system should be able to classify the incoming fire according to its type (i.e. small rifle, large rifle, RPG, rocket). 5. Disseminate alerts to guard staff personnel via audible and visual (display on a map) means, in order to move personnel to a safe area of the compound. A system to produce the audible warning is not required, only the ability to trigger an installed alert system. 6. The system should provide a general location (azimuth/elevation/range or point on map) of the shooter. 7. The solution should have the capability to add/control pan-tilt-zoom (PTZ) and CCTV video cameras which are currently in use at DOS installations. 8. The system should try to minimize its physical footprint, be discreet in appearance, and disguised, if possible. 9. Information will be sent to Post 1 or other operations center over an IP network, which is open, but may contain encrypted data. This will provide the ability to integrate with other systems in the future. 10. The system should provide information to, and be able to be controlled from, multiple places such as Post 1, an operations center, or a safe haven. 11. The system should be able to create or provide data (round classification, shooter position, number of rounds, etc.) for post-incident forensic reports. 12. Delivery of the system must be expeditious and leverage existing DOS installation protection efforts. Please provide information detailing an estimated delivery schedule to include any implementation processes affecting schedule. 4.1 Environment The environment consists of a compound, which could include one or more buildings. The buildings may vary in length, width, number of floors and shape. The compound is fenced and has existing protection assets. The compound is typically in an urban environment that is complex and asymmetric. The environment is busy with friendly, neutral and enemy personnel and vehicle traffic on some or all of the sides of the compound on a 24/7 basis, but perhaps busier during business hours. Vehicle and personnel access to the compound is restricted and screened. From 20-100+ personnel could be in the compound at any given time including known personnel, and visitors or temporary personnel under the control of DOS personnel. Due to potential locations in developing countries, consistent and clean power may not be continuously available. The electromagnetic environment is complex involving commercial frequencies, friendly DOS frequencies, threat frequencies, and sniffers as well as typical clutter. The exterior of the compound is monitored by a variety of cameras which include fixed, PTZ, low-light, and infrared (potentially with infrared spotlights). There is not an integrated command and control system for the cameras; they are monitored and controlled by the MSGs at Post 1. Manpower is limited, so increasing the number of operators is not an option. 5.0 Summary of Requirements Diplomatic Security is seeking a Small Arms Detection (SAD) system solution for implementation in an urban environment for compound protection in locations around the world. A purely acoustic system is not desired due to the inherent difficulties of an urban environment. The SAD system must be able to provide a minimum amount of information regarding the location of a shooter, including but not limited to azimuth, elevation, and distance in relation to the compound. The precision of locating the shooter's position is a significant factor in the judged efficacy of the solution, and the ability to display that position on a map (such as Google Earth) is preferred. The system must be able to detect both single and multiple round fire from firearms (5.56mm and larger), RPGs and low elevation rockets (107mm e.g.). Detection of high altitude indirect fire (IDF) is not a requirement. The system must be able to classify the incoming fire as Small Rifle, Large Rifle, RPG, or Rocket. The system should be able to integrate with existing DS security systems, including cameras (to provide shooter information) and audiovisual alarms (to provide compound-wide warning). There is potential for the solution to be implemented at a location that is protected by a DS Sense & Warn IDF detecting radar system, and it is desired that the SAD system will be integrated with that Command and Control software. This would allow the SAD system to be controlled from an operations center other than Post 1. The solution should have enough flexibility to be able to adapt to the unique aspects of each compound in order to provide optimal coverage. The implementation of the SAD solution should not require additional staffing for daily operation, but there is potential for an on-site Field Service Representative for maintenance. Operational software which is included with the system must be able to provide information for a post-incident forensics report Instructions 6.0 Responses Responses must be limited to 25 pages or less, utilizing Microsoft Word or a PDF document, in Times New Roman 12-point font. Include your company DUNS number, CAGE code (if applicable), company POC and socioeconomic status under NAICS code 541690, Other Scientific and Technical Consulting Services (Security Consulting Services), or other relevant and appropriate NAICS codes. 6.1 Formatting The responses should be in the following format/order: •General Business Information: Provide general information about your business, to include the information contained in section 6.1, as well as any National Industrial Security Program clearance information. •Requirements: Address the requirements contained in the aforementioned 4.0 Requirements; weight and detail paragraphs and bullets, as you deem appropriate. •Experience: Provide experience, capabilities, contracts, and customer information as you deem appropriate. •Points of Contact: List one or more points of contact for your company. •Summary: Provide brief concluding remarks, as you deem appropriate. The government will not entertain telephone calls or questions for this RFI. 6.2 How to Respond Please submit your response no later than 2:00 PM Eastern Time on Monday, July 15, 2013, with electronic copies sent to the following points of contact: •Andrew J. Lloyd: Contract Specialist - LloydAJ@state.gov •Cora L. Greene: Contract Specialist - GreeneCL@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA-13-RFI-ST1/listing.html)
 
Place of Performance
Address: 1400 Wilson Boulevard, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN03085964-W 20130613/130611235112-9f4ab9f8d738f8cb13aeaa271f9148df (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.