The RFP Database
New business relationships start here

Geolocation Data Subscription Service


Texas, United States
Government : Homeland Security
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Request for Information (RFI) to determine capable sources with the capability to provide Geolocation Data subscription services for the Department of Homeland Security, Immigration and Customs Enforcement. This RFI is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing these services are invited to respond. Any information provided by industry to the Government as a result of this RFI is voluntary. The Government will not pay for any information submitted regarding this RFI. This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Please, no email or phone calls. Only the most qualified contractors will be considered and/or set asides made, if the Government decides to issue a solicitation and ultimately award a contract order. We are requesting firms provide a response to following questions below to determine their capability to provide the services. Please do not submit a standard firm capability statement, it would not be considered. NAICS 518210. Product Service Code D317.

The responses to the questions below will be used to determine if the vendor has the capabilities to provide the services.


1. Offerors will be required to tailor their responses to their capabilities in accordance with the following information below.


GEOLOCATION DATA SUBSCRIPTION SERVICES:


a. Access to vendor's host server through ICE firewall for Geolocation data subscription service, without the need for additional hardware, middleware or software installation.


b. Geolocation service must be web-based whereas no data will reside within ICE Infrastructure Network.
c. Meet or exceed. Data allows the ICE to accurately identify digital devices within the U.S. and international borders for information on a specific location, or a designated polygon area, during a specified time period within the preceding years, greater than 2 years.


d. Meet or exceed that Location data must have been analyzed, cleansed and validated. The data shall be free from:


1. Fake, fraudulent or spoofed signals
2. Duplicated records
3. Inaccurate times and/or places


e. Meet or exceed requirement for geospatial and metadata algorithms with machine learning capabilities to process and provide data to a user via analytics enabled web portal. The analytic tools will include at a minimum polygonal searches and time/location search.


f. Meet or exceed requirement for the data to be timestamped with latitude, longitude and horizontal accuracy.


g. Meet or exceed requirement that data can be collected from the highest number of sources available, including but not limited to Wi-Fi, Apps, Software Development Kit (SDK), Bidstream, Beacons, etc.


h. Meet or exceed requirement that the database has the capability to save specified polygon searches for future analysis applications.


i. Meet or exceed requirement that the database has the capability to save specified date ranges as a default.


j. Meet or exceed requirement that the database has the capability to query 5 or more addresses in 1 specified search parameter.


k. Meet or exceed requirement for a minimum of 5 licenses with the ability to add additional licenses throughout the duration of the contract period to a maximum of 100 licenses.


l. Meet or exceed requirement to protect Personally Identifiable Information (PII) so the commercial location data sources must not contain PII and is provided with the permission of the individual.


m. Meet or exceed requirement for training and technical phone support to maximize user efficiency in understanding and utilization of the database.


n. Meet or exceed requirement for account management to include, but not limited to, the ability to transfer accounts upon government request, to ensure maximize usage of licenses.


o. Meet or exceed requirement that the database can combine multiple data sources into a unified data stream while also reducing signal redundancy, exceptions and noise.


Additional Information:


The General Law Attorney will involve a DHS Intellectual Property Attorney, as needed.


Audit logs/reports will be provided to the Government Program Manager (PM) upon request to ensure appropriate use of the service.


The COR will work with the vendor to develop a splash screen that identifies appropriate use cases for the service. The Government will require users to agree to ICE's use terms prior to initiating queries for geolocation data.
Section 508 Compliance is applicable.


2. Offerors shall designate and clearly mark any technological capabilities that are proprietary. The information provided may be shared with multiple government personnel


3. Offerors shall provide any optional services that align with the requirements above that it determines will benefit the government.


4. Offer shall provide any product literature, additional terms and conditions (if applicable), pricing structure, pricing estimate, license restrictions, and captured performance metrics utilizing their geolocation services.


5. Provide associated IDIQ contract number if applicable, business size, DUNS and Point of Contact.


Chris Jackson, Contracting Officer, Email Christopher.L.Jackson@ice.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP