News

PFPA Security Integration and Technology Support (PSITS) Services

Type of document: Contract Notice
Country: United States

PFPA Security Integration and Technology Support (PSITS) Services

Agency:
Other Defense Agencies

Official Address:
4800 Mark Center Drive
Suite 09F09 Arlington VA 22350-3400

Zip Code:
22350-3400

Contact:
Summerlin Walker, Contract Specialist, Phone 7035459503, Email summerlin.s.walker.civ@mail.mil тАУ Stephanie Powell, Contracting Officer, Phone 7035450541, Email stephanie.l.powell28.civ@mail.mil

Link:

Date Posted:
14/11/2018

Classification:
D

Contract Description:
1. Introduction: The government does not intend to award a contract on the basis of this Sources Sought or reimburse any costs associated with the preparation of responses to this sources sought. This is a Sources Sought notice is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to determine an acquisition strategy. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.

2. Project/Requirement Information:

a. Background. This requirement is for Pentagon Force Protection Agency Security Integration and Technology Support (PSITS) services with an objective to obtain an efficient and continuously improved security information technology (IT) infrastructure that most effectively meets the PFPA business mission and strategic goals that ensures compliance with all applicable Federal laws, DoD regulations and PFPA security and force protection policies and procedures, and facilitates transitions to new mission systems as new technologies are introduced into the PFPA security in-frastructure, as well as to operate, maintain, secure and sustain the PFPA mission systems.

The Pentagon Force Protection AgencyтАЩs (PFPA) mission is to provide force protection, security, and law enforcement, as required for the people, facilities, infrastructure and other resources at the Pentagon Reservation and for Department of Defense (DoD) activities and DoD-occupied facilities not under the jurisdiction of a Military Department within the National Capital Region (NCR)тАЭ. This responsibility includes security of the buildings; Access Control; anti-terrorism and force protection; chemical, biological, radiological, nuclear and explosive (CBRNE) protection and detection; and other key functions. The Agency is divided into multiple directorates and divisions, each performing specific responsibilities to carry out the mission of the Agency. The agency consists of a mix of government, military, and civilian contractor support personnel (approximately 1200 total users).

PFPA personnel are located mainly in the Pentagon, Crystal City, Suffolk Building, Mark Center, and the Defense Health Headquarters. However, PFPA personnel are located at other sites that fall within the agency law enforcement and security jurisdiction. PFPA also supports contract guard operations at numerous buildings throughout the Pentagon Reservation and National Capital Region (NCR). As the number of personnel assigned continues to expand and grow, the requirement for computer and communications support will continue to grow. To fulfill its mission, PFPA relies on the Defense Information Systems Agency (DISA) Joint Service Provider (JSP) for Desktop/ Common IT functions and support. PFPA elements also operate a separate network supporting specific security related applications. Based on PFPAтАЩs evolving and expanding mission requirements and the complexity of the under lying assets that support this mission, the PFPA has determined that through the integration of existing and new IT and communications assets that greater mission effectiveness and economies of operation are to be gained.

b. Objectives. The contractor shall provide Pentagon Force Protection Agency Security Integration and Technology Support (PSITS) to operate, sustain, and secure the network, architecture, systems, and applications that represent the PFPA Life Safety Backbone (LSB) architecture. PSITS support allows for the execution of safety, security, and law enforcement of the Pentagon Reservation, National Capital Region, and locations where the PFPA is responsible to perform their mission.

c. Scope. The contractor shall provide services / support identified for the LSB architecture and providing operations and maintenance for the following existing systems; however, the below list of systems is not meant to be all inclusive as new systems will be integrated and transitioned as new security technologies are introduced into the PFPA Security environment:
Chemical Biological Radiological (CBR) System Division (CSD)
Sentry
Laboratory Information Management System (LIMS)
PFPA In-Place Monitoring System (IPMS)
Coral Network Enclave/ Life Safety Backbone (LSB) Network
Identity Management
Privileged Management Program (PMP) Access Control System Support / Intrusion Detection System (IDS)
AMAG
CCURE 9000
Entry Point / Visitor Management System
Closed Circuit Television System (CCTV)
Bosch Video Management System (BVMS)
Computer Aided Design and Records Management System (CAD/RMS)
Mass Notification Systems
PFPA Incident Notification System (PINS)
Computer Emergency Notification System (CENS)
Video Monitoring System (ACTIVU)
Static Vehicle Screening System (SVSS)
Enhanced 911 System
Mark Center Electronic Security System (ESS)
Defense Health Headquarters Electronic Security System (ESS)
License Plate Reader (LPR)
Mobile License Plate Reader
Physical Security Information Management (PSIM) System
Virginia Criminal Investigative Network (VCIN)
KRONOS-Telestaff
WebEOC
PFPA Legacy Parking Application
Joint Automated Booking System (JABS)
ADORE

d. Training Support. The contractor shall conduct user training on an Ad Hoc or As Required basis as new systems are deployed or new users are require to use new applications and systems as part of their daily function/ mission. The contactor shall train personnel by conducting informal classroom review, workshops, or seminars. The contractor shall deliver desk side training to the end user for software and equipment issues as requested. Desk side training includes but is not limited to:
тАв Software and equipment demonstration
тАв Demonstrations/ Overview Briefings
тАв Links to online and web based training

The contractor shall participate in authorized on-site meetings; prepare and present written and oral briefings on progress of work, and prepare white papers and draft responses to IT-related data calls, as requested by the Government task monitors (TMs). For meetings hosted or organized by the Government, the contractor shall take minutes and post them to a shared folder or other Government-approved location.

The requirements are highly complex and require support for systems and applications critical to the safety and security of the largest office building in the United States and one of the most significant locations within the Department of Defense (DoD) and National Capital Region (NCR), and require support in the following functional areas:

тАв Requirements Analysis
тАв Market Research and Prototyping
тАв Information and Knowledge Management
тАв Product Integration
тАв Asset Management
тАв Network Support
тАв Cyber Security Assessment, Authorization, and Implementation
тАв Information Communication Technology
тАв Web Services
тАв Operations Support
тАв IT Support Services

e. Anticipated Delivery Date. PFPA Anticipates a 1-Year Base Period contract with four (4) 1-Year Option Periods.

f. Other Important Considerations. The LSB architecture consists of systems and applications that provide the following mission elements. This is not an all-inclusive list, however, only summarizes the huge responsibility related to the requirements of this Sources Sought Notice:
тАв Access Control
тАв Intrusion Detection
тАв Closed Circuit Television (CCTV) monitoring
тАв Chemical Biological, Radiological attack detection
тАв Insider Threat Analysis
тАв Anti-Terrorism assessment
тАв Counterintelligence
тАв Emergency Management
тАв Police Operations
тАв Radio Communications

g. Capability Statement/Information Sought. Respondents shall provide a Capability Statement that clearly demonstrates the organizationтАЩs ability to perform or experience with the mission elements listed below. Experience must have been provided in a law enforcement environment for DoD, Federal, or State law enforcement agencies. Please also indicate whether your organization performed these services as a prime vendor or as a subcontractor. When demonstrating capabilities please reference the applicable contract number(s) where the work was performed.

1. Access Control System Support тАУ Experience providing technical support to establish, maintains, and sustains access control systems, and infrastructure. This includes engineering design, implementation, operations (monitoring) and sustainment.

2. Intrusion Detection Systems тАУ Experience providing technical support to establish, maintains, and sustains Intrusion Detection systems, and infrastructure. This includes engineering design, implementation, operations (monitoring) and sustainment.

3. Anti-Terrorism тАУ Experience providing technical support to establish, maintains, and sustains Anti-Terrorism deterrent systems, and infrastructure. This includes engineering design, implementation, operations (monitoring) and sustainment. This includes anti-terrorism analysis support.

4. Counterintelligence Protection Systems тАУ Experience providing technical support to establish, maintain, and sustain Counterintelligence systems, applications and infrastructure. This includes engineering design, implementation, operations (monitoring) and sustainment. This includes insider threat analysis support.

5. Chemical, Biological, Radiological, Nuclear and Explosive (CBRNE) Protection Systems тАУ Experience providing technical support to establish, maintain, and sustain CBRNE systems, applications and infrastructure. This includes engineering design, implementation, operations (monitoring) and sustainment.

6. Police Operations тАУ Experience providing technical support to establish, maintains, and sustains systems and applications in support of 24/7 police operations.

7. Emergency Management тАУ Experience providing technical support to establish, maintains, and sustains systems and applications in support of emergency management operations.

8. Closed Circuit Television (CCTV) тАУ Experience providing technical support to establish, maintains, and sustains systems and applications in support of CCTV operations.

9. Experience with other key law enforcement systems and applications. Provide examples and contract numbers, if applicable.

10. Please include information regarding your organizationтАЩs (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information;

h. Information Submission Instructions. Interested contractors shall follow the below instructions for the submission of capability statements:

1. Include within the capability statement your organizationтАЩs DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code. Please clearly mark your socioeconomic status on the first page of your response submission under your organizationтАЩs name and address;

2. If a small business concern, please provide the largest dollar value contract managed to date;

3. Responses to the Sources Sought Notice shall be submitted electronically. No telephone, facsimile, or mail/courier responses will be accepted. Please use the subject line тАЬPSITS Sources Sought Notice ResponseтАЭ;

4. Submissions shall not to exceed ten (10), 12-point font, single spaced, standard pages with 1-inch margins all around. Page limit includes the cover page, executive summary, attachments, charts, index, etc.);

5. Submission are due no later than 1000 hours (10:00AM) EST, 26 November 2018;

6. Please submit Capability Statements via email in Adobe PDF to the Contract Specialist, Summerlin Walker, at summerlin.s.walker.civ@mail.mil and Stephanie Powell, at stephanie.l.powell28.civ@mail.mil.

 

3. Conclusion.

Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizationтАЩs qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

Response Date:
112618

Sol Number:
SSW11142018TBD

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy