The RFP Database
New business relationships start here

PNNL Alarm Monitoring Service


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

Battelle Memorial Institute, Pacific Northwest Division (Battelle), Management and Operating Contractor of the U.S. Department of Energy's Pacific Northwest National Laboratory (PNNL) is requesting information from prospective Offerors with respect to alarm monitoring capability.

This Request for Information (RFI) is intended to collect information regarding available capabilities and solutions/services for implementing Department of Energy Order 473.3A requirements for alarm monitoring. The solution should also be compliant with Intelligence Community Directive 705 and supporting standards and technical specifications.


This RFI is issued for information and planning purposes only and does not constitute a solicitation or an obligation on the part of Battelle. Battelle does not intend to award a contract on the basis of this RFI, or to otherwise pay for information received in response to this RFI. Battelle anticipates issuing a Request for Proposal after final determination of specification and statement of work requirements.

BACKGROUND:
The Pacific Northwest National Laboratory (PNNL) has approximately 4,300 staff and is operated by Battelle
Memorial Institute, Pacific Northwest Division with a main campus located in Richland, Washington and satellite offices in Sequim and Seattle, Washington; Portland, Oregon; and Washington, D.C.


Battelle has undertaken an effort to identify opportunities to replace an existing monitoring service. Battelle is requesting vendor capability information which can support the following environment and scope:


-INTRUSION DETECTION SYSTEM EQUIPMENT:
• Motion Sensors
• Single and dual technology
 Single technology should be passive infrared
• Tamper detection devices
• Must be UL 639 compliant


• Balanced Magnetic switches
• Must be UL 634 compliant
• Level 2 High Security Switches


• Premise Control Units
• Automated Identity verification
 Capable of handling up to 70 alarm points
• >250 Users
• Duress Alarm
• Backup Power 24 hours
• UL 1076 or UL 1610
• Local keypad to allow authorized personnel to place alarm zone in "armed" or "disarmed" state


-ALARM MONITORING STATION:
• Compliant with UL 2050
• Appropriate Security and Network Isolations
• Data extraction method for reporting
• Report Processing for false alarms and nuisance alarms
• Can you use Active Directory or equivalent in conjunction with the system
• Remote Client View


-ALARM MONITORING SERVICE:
• Operate 24/7
• Continuously supervised and Operated by US Citizens
• Operators are eligible to hold a U.S. SECRET Clearance
• Operators are trained in system theory
• Ability to make a person notifications in an expedited manner
• Ability to notify alarm service company so that repairs can be initiated within four hours of the receipt of the trouble signal
• Testing and Maintenance
• Process for recertification


APPLICABLE REQUIREMENTS:
IDS:
• FIPS 140-2 Security Requirements for Cryptographic Modules or FIPS 197, Advanced Encryption Standard (AES)
• Information Assurance Vulnerability Alert
• National Institute of Standards and Technology
• NIST Special Publication (SP) 800-53, Security and Privacy Controls for Federal Information Systems and Organizations
• UL 634, Connectors and Switches for Use with Burglar-Alarm Systems
• UL 639, Intrusion-Detection Units
• UL 1076, Proprietary Burglar Alarm Units and Systems
• UL 1610, Standard for Central-Station Burglar-Alarm Units
• UL 2050, National Industrial Security Systems


Two primary components of scope:
1. The initial scope is to provide a system for Intrusion Detection and Alarm Monitoring Systems.
2. The second component of scope it to provide an alarm monitoring service with 24/7 capability.


OTHER RELEVANT INFORMATION:
Potential respondents must be a US company and able to prove that it is not under Foreign Ownership, Control or Influence (FOCI). Contractor personnel accessing Laboratory's systems must be eligible for a DOE security clearance (US citizens and able to pass a Federal background check).


INFORMATION REQUESTED:
Information requested from potential Offerors is part of a market research effort to identify current solutions and services available that can address the below list of service elements. Responses should detail separately the vendor's service management and delivery model to providing (1) Intrusion Detection and Alarm Monitoring Systems. Responses are to be based on actual capability to provide these services to a federal institution.
1. General description of the vendor's managed services offerings for Intrusion Detection and Alarm Monitoring System.
2. How the infrastructure and the quality of the user experience are monitored including descriptions of any tools and equipment that would need to be installed at the laboratory.
3. How vendor performance is measured, including key performance indicators, and vendor Service Level Agreements.
4. The mechanisms and approaches used to ensure that there would be effective communication and reporting for the Laboratory including escalating issues.
5. Internal change control, management and approval processes and how they would be integrated with the Laboratory.
6. How end users would interact with the vendor and how the vendor integrates these functions with the Laboratory including the vendor's standard hours of operation.
7. Processes for dealing with service requests, incidents and problems.
8. How the vendor will maintain security (confidentiality, availability and integrity).
9. Processes and timeframes for the implementation of application updates and security patches.
10. How the vendor provides software support and user agreements.


Please provide the most detailed information available for each service element listed above. Lengthy or elaborate promotional or sales-oriented submittals are not desired.


RFI PROCESS SYNOPSIS:
Questions should be submitted in writing until 03/19/2018. Questions received along with the Battelle answers, will be provided in email to respondents who have acknowledged their interest in the RFI.


Submittals should bear a transmittal (cover) page which sets forth the following: company name, this RFI name, the due date, and the vendor's contact name, title, and contact information. All submittals in response to this RFI must be received on or before 03/23/2018 by email to Kit McBurney ( kit.mcburney@pnnl.gov).


Kit K McBurney, Senior Contracting Professional, Phone 5093724584, Email kit.mcburney@pnnl.gov - Joanne D. Smith, Senior Contract Specialist, Phone 5093717269, Email joanne.smith@pnnl.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP