The RFP Database
New business relationships start here

Emergency Management (EM) Mass Warning Notification (MWN) and Enhanced 911 (E911) Sustainment and Support


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Army Contracting Command - New Jersey, at Picatinny Arsenal, NJ in support of the U.S. Army Combat Capabilities Development Command - Armaments Center (CCDC-AC), is conducting market research to maintain a centrally hosted Mass Warning Notification (MWN) solution and Enhanced 911 (E911) solution. The required support must include:


Enterprise MWN System:


Maintain the Emergency Management Modernization Program (EM2P) provided MWN capability to Department of Defense (DoD) installations worldwide. The objective is to provide the necessary maintenance support which will result in an MWN capability being sustained at DoD installations. The current MWN system is provided by U.S. Army Alert!. Key functionalities of this system are:


1. A centrally hosted MWN solution capable of servicing multiple installations from a secure hosting facility thus eliminating the server footprint on base.
2. A Network Alert System (NAS) and Desktop Pop-Up - Delivery of audio/visual pop-up notifications to computer desktops connected to the IP network.
3. A Telephone Alert System (TAS) / Mobile Alerting System (MAS) - Work Phone, Home Phone, and Mobile Phone- delivery of voice telephony alerts to any land, VoIP or mobile phone via on-site or hosted mass dialing services. MAS allows an installation to alert if the network is not available to the enterprise, alerts are sent to registered TAS subscribers if NAS alerts are not available due to the network being down.
4. Integration with Giant Voice systems
5. Integration with the Audio Visual Notification System (AVNS) solution, Alertus.
Enhanced 911 (e911):
Maintain the Emergency Management Modernization Program (EM2P) provided "ALL Hazards" Emergency Management e911 capabilities and tools to DoD installations worldwide. The objective is to provide the necessary maintenance support which will result in an E911 capability being sustained at DoD installations. Maintain the three fielded e911 solutions. These systems are Spok PC/PSAP, Microautomation CCM, and Airbus Vesta. Key functionality of these systems are:
1. Automatic Number Identification (ANI), identifying what number a 911 call is coming from.
2. Automatic Location Identification (ALI), identifying where a 911 call is coming from
3. Integration with the local base's phone system.
4. Roll over capability to the local counties 911 center
5. Digital recording and playback features of all 911 calls
6. Data capturing and logging in compliance with requirements to enter 911 calls as evidence into any resulting court cases.


Information Assurance (IA)
The Contractor would provide system-level support in accordance with provisions of the DoD Risk Management Framework (RMF).
1. The Contractor would attain and maintain EM2P system's accreditations in accordance RMF. The Contractor would perform Certification and Accreditation (C&A) activities in accordance with NIST SP 800-53, NIST SP 800-37, CNSS Instruction 1253, and in accordance to changes being made to DoDD 8500.01, DoDI 8500.2, and DoDI 8510.01, AR25-2 Army Regulation Information Management Information Assurance and other related guidance.
2. There will be multiple IT systems which will require IA support including the e911 systems, Spok PC/PSAP, Microautomation CCM, and Airbus Vesta; the MWN system, Alert!; and the AVNS system, Alertus.
3. All RMF documentation will need to be developed and maintained for all EM2P fielded systems including but not limited to security plans, scorecards, Plan of Action and Milestones (POA&Ms), System Identification Profile (SIP), etc.
4. All patches and updates are to be tested and approved prior to deployment to operational systems.
Help Desk
The Contractor would provide post-fielding support, to include 24x7 Help Desk support. Service Level Agreements (SLAs) will be established in consultation with the government and will be documented prior to work commencing.
The Contractor would manage a Help Desk. The Help Desk would provide metrics reports on all submitted issues. The function of the Help Desk is to provide level 1, 2, and 3 support for all EM2P fielded equipment including, but not limited, MWNS and E9-1-1. The Help Desk Level-1 would be manned and operational 24x7 to support all EM2P installations CONUS and OCONUS.


The Contractor would implement and use an incident ticket system to be approved and accessible to the government. The incident ticket system would be capable of providing automated metrics, be able to assign product numbers to line items on the EM2P System of Systems (SoS), be capable of doing queue management, be able to track status changes of tickets with date/time/and name stamps, and be capable of being configured to government requirements. The incident ticket system would maintain a log of Case IDs (CI) and updates, customer interaction, metrics data, work flow management, and installation mission capable readiness.
The Government anticipates a competitive effort amongst 8(a) contractors only. All capable 8(a) offerors are encouraged to submit their capability document and any pertinent information via email, within thirty (30) calendar days to: Tara Elms Henderson, tara.e.henderson2.civ@mail.mil.
The capability document should include the following:
• Information on prior similar work (specify if work was for the Department of Defense)
• Knowledge of DoD Risk Management Framework (RMF), NIST SP 800-53, NIST SP 800-37, CNSS Instruction 1253, DoDD 8500.01, DoDI 8500.2, and DoDI 8510.01, AR25-2 Army Regulation Information Management Information Assurance and other related guidance
• Experience and familiarity with technical systems listed throughout this sources sought notice
The point of contact email is tara.e.henderson2.civ@mail.mil. All information is to be submitted at no cost or obligation to the Government. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. Any information provided will not be returned.
This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. Offerors are directed to NOT submit proposals at this time. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided.


Tara Elms Henderson, Contract Specialist, Phone 9737244672, Email tara.e.henderson2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP