The RFP Database
New business relationships start here

Mass Warning Notification (MWN) 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.

Effective December 14, 2016 the due date fore white paper submittals on this Sources Sought Notice is extended to January 10, 2017, 3 PM Eastern Standard Time. Nothing else has changed with this modification notice.

The U.S. Army Contracting Command - New Jersey, at Picatinny Arsenal, NJ in support of the U.S. Army Armament Research, Development, and Engineering Center (ARDEC), is conducting market research to maintain a centrally hosted Mass Warning Notification (MWN) solution capable of servicing multiple installations from a secure hosting facility thus eliminating the server footprint on base. The current fielded MWN system is an AtHoc system hosted in the ALTESS hosting environment. The Enterprise MWN System is capable of the following:

1. A centrally hosted MWN solution capable of servicing multiple installations from a secure hosting facility thus eliminating the server footprint on base.
2. As part of the centrally hosted MWN solution, 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. As part of the centrally hosted MWN solution, 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 dialling 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. Integrated Public Alert Warning System (IPAWS)-OPEN Interface - Allows communication with local jurisdictions through the use of a Collaborative Operating Group (COG)


Enhanced 911 (e911)


Maintain the Emergency Management Modernization Program (EM2P) provided quote mark ALL Hazards quote mark Emergency Management e911 capabilities and tools to Army installations worldwide. The objective is to provide the necessary maintenance support which will result in an E911 capability being sustained at Army installations. Maintain the three fielded e911 solutions. These systems are Airbus Vesta 4, MicroAutomation Call Center Millennium, and AMCOM PC/PSAP. 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 bases 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


The Contractor shall provide system-level support in accordance with provisions of the DoD Risk Management Framework.


1. As the DoD is transitioning the DoD Information Assurance Certification and Accreditation Process (DIACAP) to the DoD Risk Management Framework (RMF), the Contractor shall attain and maintain EM2P system's accreditations in accordance with the requisites emerging from the DIACAP to Risk Management Framework Transformation Initiative. The Contractor shall 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, Vesta 4, MicroAutomation CCM, and AMCOM PC/PSAP; the MWN system, AtHoc; and the AVNS system, Alertus.
3. All DIACAP and 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), DIACAP Initiation Plan (DIP), etc.
4. All patches and updates are to be tested and approved prior to deployment to operational systems.


Help Desk


The Contractor shall 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.


1. The Contractor shall manage a Help Desk. The Help Desk shall 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 shall be manned and operational 24x7 to support all EM2P installations CONUS and OCONUS.
2. The Contractor shall implement and use a commercial off-the-shelf (COTS) industry standard incident ticket system to be approved and accessible to the government. The incident ticket system shall 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 shall maintain a log of Case IDs (CI) and updates, customer interaction, metrics data, work flow management, and installation mission capable readiness.


The NAICS is: 541519 and the small business size is $27.5M. All interested and potential firms must be registered in System for Award Management (SAM) in order to receive an award. Interested sources can register at https://www.sam.gov/portal/public/SAM/. Firms/companies are invited to indicate their interests by providing a top-level solution, specifications, company's capabilities, brochures, manuals, reports, demonstration video and other technical data, as well as identification of current customers. In addition, please provide the firm's name and address, point of contact with telephone number and email address, and size of business (small/large) per the listed NAICs.


This market survey is for information and planning purposes only; it does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the Government. The Government implies no intention or opportunity to acquire funding to support current or future efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All data should be sent at no cost to the Government NO LATER THAN January 10, 2017 at 3 PM Easter Standard Time to the Government, ATTN: anthony.j.bleakley.civ@mail.mil and elizabeth.a.horak2.civ@mail.mil. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions, by email. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey.


Contracting Office Address:
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps
RD, Picatinny Arsenal, NJ 07806-5000


Anthony J. Bleakley, Phone 9737244309, Email anthony.j.bleakley.civ@mail.mil - Elizabeth A. Horak, Contracting Officer, Phone 9737245369, Email elizabeth.a.horak2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP