SOURCES SOUGHT
D -- RFI: C4I Systems Maintenance Support and Enhanced Services
- Notice Date
- 8/11/2020 6:10:39 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- DHS CUSTOMS AND BORDER PROTECTION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- RFI-CBP-7222020-001
- Response Due
- 8/14/2020 2:00:00 PM
- Archive Date
- 08/29/2020
- Point of Contact
- Caitlin Jenkins
- E-Mail Address
-
caitlin.m.jenkins@cbp.dhs.gov
(caitlin.m.jenkins@cbp.dhs.gov)
- Description
- Amendment A00001: Questions and Responses This RFI is hereby amended to add the questions and responses document. No other changes were made. Final responses must be received no later than August 14, 2020 by 1700 hrs or 5:00 PM local Washington, DC time. Final responses should be forwarded via email to caitlin.m.jenkins@cbp.dhs.gov ______________________________________________________________________________________________ REQUEST FOR INFORMATION: U.S. Customs and Border Protection (CBP), C4I Systems Maintenance Support and Enhanced Services THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is an RFI released pursuant to FAR 15.201(e). This RFI is issued solely for information, planning purposes and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP or Broad Area Announcement (BAA). This RFI does not commit the Government to contract for any supply or service. U.S. Customs and Border Protection (CBP) is not at this time seeking proposals. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP or BAA. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. CBP, Air and Marine Operations, is performing Market Research to determine available sources who can provide contractor-furnished resources, capabilities, technical assistance, and suitable facilities to support the Air and Marine Operations Center (March ARB, CA) and Caribbean Air and Marine Operations Center (Puerto Rico) C4I technology: Air and Marine Operations Surveillance System (AMOSS). AMOSS is the designated system utilized to facilitate Air and Marine Command and Control, Communications, Computers, and Intelligence (C4I). The Intelligence Surveillance Reconnaissance System (ISR Systems) is the designated C4I system that supports the AMOC video analytics and utilities for AMO air missions. The AMOSS and ISR Systems provides surveillance data which supports the DHS/CBP/AMO/AMOC mission. AMOSS Data sources include, but are not limited to Global Positioning System(s) (GPS), datasets from various sensors to include plot data, video, track data, and air/marine movement data. AMOSS extends both nationally and internationally with locations in Mexico supporting Mexico Naval Secretariat (SEMAR), Secretariat of National Defense (SEDENA)/Integrated Air Surveillance System (SIVA), Federal Police (PF). Additional international support is planned and expected to extend into Canada. ISR Systems data includes data feeds generated from Intelligence Surveillance Reconnaissance Systems (ISR).� ISR consists of interconnected software utilities and computer systems providing CBP with the network to allow mission support data to be shared between CBP analysts, field operations and operational decision makers.� ISR provides the network for sharing data between systems onboard Unmanned Aircraft Systems (UAS), Ground Control Station (GCS), CBP manned aircraft, the operations centers and the Office of Intelligence (OI) Processing, Exploitation, and Dissemination (PED) Cells.� ISR operates out of the CBP Air and Marine Operations Center (AMOC), located in Riverside, CA. The mission of U.S. Customs and Border Protection (CBP), Air and Marine Operations (AMO) / Air and Marine Operations Center (AMOC) is to protect the American people and the nation's critical infrastructure through the coordinated use of integrated air and marine forces to detect, interdict and prevent acts of terrorism and the unlawful movement of people, illegal drugs and other contraband toward or across the borders of the United States. This RFI is to acquire professional expertise necessary to maintain and support a diverse assembly of integrated sensors, air movement data, data processing, video data and telecommunications systems relating to the Air and Marine Operations Surveillance System (AMOSS) and the Intelligence Surveillance and Reconnaissance Systems (ISR Systems) that is designated as the Air and Marine Command and Control, Communications, Computers and Intelligence (C4I) systems. The AMOSS and ISR Systems include a mixture of hardware and software applications necessary to operate at peak efficiency, 24 hours/365(366) days a year, to include weekends and holidays. The contractor shall provide technical and professional administration, management, supervision, labor, and engineering capabilities to support C4I. The contractor shall have the capability to staff and address the following tasking: -Project Management: Ability to manage, control, and maintain required staffing to support all tasking associated with C4I. Availability to government staff and counterparts. -Telecommunications: Expertise in various means of telecommunications i.e. UHF/VHF Radio controls and systems, Telephone systems digital/analog, Communication Panels, Video Teleconferencing, Wireless Comm, Radio/Landline recording systems, Conference bridges, PA systems, Fiber transport systems, Various office type IT and Communication equipment. -Maintenance: Systems administrative and electronic technician level support 24/7 for all C4I and support equipment and systems. -Technical Documentation and Library Maintenance: Ability to maintain current all AMOSS and ISR Systems related data, publications, and manuals. -Logistical Support: Ability to maintain and track all government assets associated with the C4I, and AMOC IT assets. -Configuration Management: Ability to maintain IT and Communications systems in an approved configuration state. Administrative capability to monitor track change requests initiation through completion. -Expansion and Reconfiguration: Expertise and ability to expand upon or reconfigure as needed for the AMOSS and ISR Systems providing expanded capabilities, support new technologies, address new and compelling requirements, or equipment moves and upgrades. -Engineering and Integration Support: Provide expertise to address new design requirements, implementation of new technologies, assess capabilities of new products or systems, and integration of changes into the AMOSS and ISR Systems. -Enterprise Architecture: Ability to ensure designs conform to DHS/CBP Enterprise Architecture, Technical Reference Models, and all applicable DHS/CBP policies and guidelines. -Test Facility Support: Contractor capability to test and evaluate software and hardware changes. May require offsite testing at contractor owned facilities as space is limited at the AMOC. -Support KU dish satellite operations by partnering with a licensed FCC operator The duration of contract is expected to be 60 months if all option periods are exercised. The company must be able to provide on-site accommodations for CBP management staff in addition to accomplishing the requirements set forth above. The contractor's facility should be located within the continental United States. This contract shall require the technicians to travel to foreign locations at times. The contractor shall be able to obtain passports. A summary description shall be submitted that details the technical capability of the company to perform the requirement. Additionally vendors responding to this RFI should provide: (1) name and address of the firm; (2) size of the business; (3) years in business; (4) description of the client base; (5) type of ownership (i.e., large, small, small disadvantaged, woman-owned, hub-zone, and/or disabled veteran); (6) past performance of similar work; and (7) a complete description of the facilities and infrastructure that would provide test facility support. Each respondent shall identify its business size. This notice is for informational and market research purposes only. This synopsis does not commit the Government to contract for any supply or service. The information provided in this request for information is subject to change and is not binding on the Government. The release of this request for information should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. Administrative/Format/Responses Information: Respondents are advised that U.S. Customs and Border Protection will not pay for any information or administrative cost incurred in response to this request for information synopsis. � Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this RFI or the Government's use of such information as either part of an evaluation process or in developing specifications for any subsequent requirement. � Vendor responses are limited to a maximum of 25 pages. All pages shall be appropriately numbered and identified by the complete company name, date, and referenced RFI number listed in the header and page numbers in the footer (e.g. 6 of 6). Page size shall be no greater than 8 1/2"" x 11."" The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. All responses shall be submitted electronically. Responses should be identified with RFI-CBP-7222020-001. Electronic responses are to be e-mailed in a secured .ZIP or secured .PDF format with a password emailed separately. Telephone or mailed responses will not be accepted. Vendor questions and comments related to this RFI are due no later than August 3, 2020 by 1700 hrs or 5:00 PM local Washington, DC time and should be forwarded via email to caitlin.m.jenkins@cbp.dhs.gov . � Final responses must be received no later than August 14, 2020 by 1700 hrs or 5:00 PM local Washington, DC time. Final responses should be forwarded via email to caitlin.m.jenkins@cbp.dhs.gov .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4d1823ebdaf94c1f895ad6b5dfb6703c/view)
- Place of Performance
- Address: Riverside, CA, USA
- Country: USA
- Country: USA
- Record
- SN05753787-F 20200813/200811230151 (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 |