Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2025 SAM #8661
SOLICITATION NOTICE

D -- Web-Based Incident Management Software

Notice Date
8/11/2025 11:06:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
NTSB ACQ LEASE MGMT DIVISION WASHINGTON DC 20594 USA
 
ZIP Code
20594
 
Solicitation Number
9531BM25Q0014
 
Response Due
9/2/2025 1:00:00 PM
 
Archive Date
09/17/2025
 
Point of Contact
P. Matt Hazlinsky, Phone: 2023146205
 
E-Mail Address
matt.hazlinsky@ntsb.gov
(matt.hazlinsky@ntsb.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number for this requirement is 9531BM250Q0014. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05. This requirement is issued as a small business set-aside. The associated NAICS code is 513210, �Software Publishers�. The small business size standard of this NAICS code is $47 million. Background The National Transportation Safety Board (NTSB) is a federal agency mandated by Congress to investigate all aviation accidents and selected accidents/incidents in other modes of transportation and report the results of those investigations. In support of this mission, the NTSB runs a 24-hour 7 day a week Response Operations Center (ROC). The NTSB�s ROC is seeking a cloud-based, web-enabled software capable of providing a centralized, secure, and integrated incident management system designed to manage incidents, accidents, and events. The agency requires an efficient means of disseminating information with and among investigative participants. The NTSB currently operates a centralized information dashboard for gathering real time investigative data. The NTSB has a continued need to further utilize a solution that will disseminate accurate and timely information to the intended audience as soon as the information is generated with auditing capabilities, real-time notification via short messaging services (SMS) texting, email and other forms of messaging for both the ROC mission. NTSB staff regularly deploy to accident sites to conduct our accident investigations. Accidents can occur in a variety of locations across the country and world, and the hazards are often not known until we arrive on scene. Assessing those hazards, the risks associated, and potential mitigation strategies and PPE requirements are all critical to ensuring the safety of our employees. As part of a process of continuous improvement, this risk assessment has been reviewed and revised to accurately reflect potential hazards while making it simple for investigators to complete while on scene. The NTSB�s ROC is seeking a cloud-based web-enabled software as a service (SaaS) solution capable of providing a centralized, secure, and integrated incident management system designed to manage information during the launch of incidents, accidents, and events. The software shall include the ability to process information for mission/tasking, situation reporting, significant events, and incident action planning. The NTSB ROC staff shall be able to use the software to track, view, and print reports with the above information. The contractor shall provide professional services which are specialized in nature and focused on configuration and technical support for the software technology. The software shall provide an emergency notification system to send SMS text, email messages, and voicemail messages to an individual or Outlook Active Directory group simultaneously through multiple types of devices (Android or Apple devices, email, and voicemail). The software shall be able to function for a minimum of 250 users simultaneously. Description of Requirement The NTSB has a requirement for: Line Item Number 0001: Quantity: 1 Year, Web-Based Incident Management Software Solution. Period of Performance: BASE YEAR. Line Item Number 0002: Quantity: 1 Year, Web-Based Incident Management Software Solution. Period of Performance: OPTION YEAR 1. Line Item Number 0003: Quantity: 1 Year, Web-Based Incident Management Software Solution. Period of Performance: OPTION YEAR 2. Line Item Number 0004: Quantity: 1 Year, Web-Based Incident Management Software Solution. Period of Performance: OPTION YEAR 3. Line Item Number 0005: Quantity: 1 Year, Web-Based Incident Management Software Solution. Period of Performance: OPTION YEAR 4. Review Attachment 1 � 5 which are attached hereto and incorporated herein for a detailed description of the requirement. Basis for Award The government may award one (1) IDIQ contract to the responsible Contractor(s) whose proposal conforms to the RFP, which will be most advantageous to the government, price and other non-price factors considered, such that it provides the best value to the government. Best value is defined as the procurement process that results in the most advantageous acquisition decision for the government that is performed through an integrated assessment and trade-off analysis between price and non-price factors. The government reserves the right to reject any or all proposals if such action is in the public interest. Under a best value procurement, the NTSB may reasonably determine that the superior solution/approach merits a higher price and, therefore, represents the best value to the government or the NTSB may reasonably determine that the Contractor with other than the highest rating in non-price factors is the best value. The government may waive informalities and minor irregularities in proposals. The government reserves the right to award without discussions. Contractors are cautioned that they must submit a best offer with the initial proposal. Clauses and Provisions Review Attachment 1 which is attached hereto and incorporated herein for additional information. Submission of Quotes Your quote must be received no later than 4:00 p.m., EDT, on September 2, 2025. LATE QUOTES MAY NOT BE CONSIDERED in accordance with Federal Acquisition Regulation (FAR) provision 52.212-1. Offers may be transmitted via email to: P. Matt Hazlinsky Email: matt.hazlinsky@ntsb.gov The maximum size of an email, including attachments, which the NTSB email server can accept is 35 megabytes (MB). Therefore, the Contractor may choose to send their proposal in separate emails, if the combined file size of any email received by the NTSB email server will exceed 35MB. It is the Contractor's responsibility to ensure that the designated point of contact has received your proposal at the email address of the contact specified above by the proposal due date. Questions Regarding the Combined Synopsis/Solicitation All questions regarding this combined synopsis/solicitation shall be directed to P. Matt Hazlinsky via email at matt.hazlinsky @ntsb.gov . ALL QUESTIONS MUST BE RECEIVED BY 4:00 p.m. EST on August 18, 2025. In accordance with FAR 4.1102, Contractors must be registered in the System for Award Management (SAM) database at the time an offer is submitted to comply with the annual representations and certifications requirements. Electronic Dissemination of Combined Synopsis/Solicitation The CO listed above will provide access to this solicitation and amendments electronically. It is the Contractor�s responsibility to check with the CO to ensure that the Contractor has received all issued amendments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dd9c9336a2c84ba6ab09be35cc7e0533/view)
 
Place of Performance
Address: Washington, DC 20594, USA
Zip Code: 20594
Country: USA
 
Record
SN07544826-F 20250813/250811230043 (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 |
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.