Massachusetts Bids > Bid Detail

RFI - Tactical Security System (TSS) - AFLCMC/HBUM Force Protection

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159692688700249
Posted Date: Sep 7, 2023
Due Date: Sep 29, 2023
Solicitation No: HBUM-RFI-2023-002
Source: https://sam.gov/opp/705916925f...
Follow
RFI - Tactical Security System (TSS) - AFLCMC/HBUM Force Protection
Active
Contract Opportunity
Notice ID
HBUM-RFI-2023-002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Office
FA2381 FORCE PROTECTION AFLCMC/HBUK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 07, 2023 01:50 pm EDT
  • Original Response Date: Sep 29, 2023 07:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Hanscom AFB , MA 01731
    USA
Description

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The Force Protection Division Modernization Branch (AFLCMC/HBUM) is seeking information from industry to learn if and how a prospective vendor could provide a commercial, rapidly deployable Tactical Security System (TSS) to the Government to be used in expeditionary environments. It is expected that a commercial TSS solution will equip the United States Air Force (USAF) Security Forces (SF) enterprise with a rapidly deployable system that can provide area threat detection and assessment to an integrated reporting station and connected mobile devices.



The Government is interested in commercial TSS solutions that are self-contained, modular, scalable, tailorable, lightweight (can be carried to a site by a 2-person team), and rapidly deployable. Future efforts will likely integrate longer range capabilities with this initial lightweight system. The Government’s desired TSS solution needs to be usable in all weather and light conditions and be able to operate when they are geographically dispersed from a Base Defense Operations Center (BDOC). The desired TSS solution should also let the user view and manipulate the TSS solution through a simple and intuitive user interface. This solution shall be capable of operating at least 72 hours on stored energy and storing at least 72 hours of continuous surveillance data. Interested vendors should identify their TSS solution’s ability to withstand world-wide environmental conditions. Finally, the desired TSS solution shall be able to surveil a base perimeter and temporary base security zones in tactical environments continuously for at least 3 months.



The security information collected by the commercial TSS solution is expected to be no higher than unclassified but may require information protection controls. Since the Government is interested in a commercial TSS solution, the Government is requesting information about potential solutions that are at a Technology Readiness Level (TRL) 7 or higher. Currently, the Government is not seeking information relative to development efforts.



DISCLAIMERS: We will use this RFI to inform our market research, acquisition strategy, and to help the Government promote competition for this requirement by identifying potential sources and gauging interest from industry. The Government is interested in hearing from all potential and interested businesses who have the capability to provide the solution addressed within this RFI.



Respondents shall provide an UNCLASSIFIED response to the RFI. Respondents shall indicate whether their responses contain any proprietary information, and it must have the appropriate markings if the respondents wish for the responses to be handled as such. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Please be advised that all submissions will become Government property and will not be returned.



This RFI does NOT constitute a Request for Quotes (RFQ) or Request for Proposals (RFP), nor does it promise to issue an RFQ or RFP in the future. The Government does not intend to award a contract based upon your response to this request. This RFI is intended to conduct market research and capture feedback relating to commercial TSS solutions. Therefore, this notification is for planning purposes only and shall not be construed as an obligation on behalf of the Government to acquire any products or services. Moreover, the Government is not seeking proposals at this time and will not accept unsolicited proposals.



Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responder’s expense. None of this cost shall be expensed on any Government contract. By not responding to this RFI, you are NOT precluded from participating in any future RFQ or RFP that may be issued. As such, any submission in response to this RFI is strictly voluntary.



RFI SUBMISSION DETAILS:



In your response to this RFI, at a minimum, please include the following information:




  • Name of your business, physical and mailing addresses, phone number, and e-mail of designated points of contact.

  • SAM Registration Status (Active, Inactive, Not Registered) and Expiration Date.

  • Unique Entity ID and CAGE code.

  • Small business or socio-economic status, if any (i.e., small business, small disadvantaged business, 8(a) small business, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, and economically disadvantaged women-owned small business).



And answers to the following questions. (Yes/No responses can be captured in Attachment 1. All other amplifying information should be addressed within your response, not-to-exceed 10 pages across all attachments submitted.)




  1. Is your TSS solution currently available on a GSA Multiple Award Schedule (MAS), IDIQ contract, Small Business Innovation Research (SBIR) Phase II/III award, or another contract vehicle? If so, then please provide the GSA MAS number/Special Item Number (SIN) or contract number, along with a copy of the award and any other pertinent supporting documents.

  2. If the Government released an RFQ or RFP for this requirement, then would your company be interested in submitting a quote or proposal?

  3. If a solicitation was released for this requirement, then can you submit a quote or proposal within thirty (30) days?

  4. Is your entity a foreign-owned company? If so, then are you compliant with the Trade Agreements Act (TAA) as referenced in DFARS 252.225-7021?

  5. Is your TSS solution compatible with the Tactical Assault Kit (TAK)? Cursor-on-Target (CoT)? Integrated Sensor Architecture (ISA)? Any other common surveillance data interfaces?

  6. Has your TSS solution undergone any operational testing? If so, then please provide the associated reports as an attachment, which will not count to the 10-page limit.

  7. Is your TSS solution scalable to complement varying sizes of operations? If so, then please elaborate.

  8. Can your TSS solution detect subterranean intrusion attempts, to include tunnel construction?

  9. Can your TSS solution detect waterside events, to include subsurface persons and/or vehicles?

  10. Does your TSS solution require field service representative (FSR) support to operate “in the field”?

  11. How many personnel are needed to setup your TSS solution in an operational environment? How long does the setup process take?

  12. Is your TSS solution open to integration with third-party vendors? Does your solution already have existing integrations with other commercial products? If so, then please explain.



Additional Requested Information:




  1. Overview of your TSS product suite, to include sensor types, visual assessment capabilities, supporting communications, and command and control capabilities. Detailed specification sheets and product information may be submitted as an additional attachment and will not count against the 10-page limit.

  2. Details relating to training, installation, and sustainment of your TSS solution.

  3. Details relating to your TSS solution’s power generation approach, to include how the solution is sustained at austere locations without shore power.

  4. Spectrum certification status (JF-12/DD Form 1494). Certifications will not count against the 10-page limit.

  5. Current cybersecurity approval status, to include expiration dates and approving organization/official) for your TSS solution, along with any existing Authority to Operate (ATO), Authority to Connect (ATC), and Interim Authority to Test (IATT) issued from the Department of the Air Force, other DoD service branches, or other Government organizations. This supporting data will not count against the 10-page limit.

  6. Details relating to your company’s current certifications for ISO 9000, Capability Maturity Model Integration (CMMI), or other nationally recognized quality standard.

  7. If available, details relating to your company’s use of digital system engineering tools and processes to model and evaluate your TSS solution.

  8. If you are able, please share a commercial price list of the components included in your solution. This information may be submitted as an additional attachment and will not count against the 10-page limit.



NOTICE. In order to review RFI responses, PROPRIETARY information may be given to Advisory and Assistance Services (A&AS) contractors working for the Government. The non-Government support contractors, listed below, may have personnel involved in the review of any responses submitted. These contractors include, but are not limited to:



Odyssey Systems



Oasis Systems



Quantech Services



All personnel working for these contractors are contractually prohibited from disclosing such information outside the performance of their government contract. If respondents take exception to this, then the respondent must explicitly state so in their response.



Responses to this RFI must be provided electronically via UNCLASSIFIED email channels to AFLCMC/HBUM’s contracting officers, Captain Joshua Renick, joshua.renick.1@us.af.mil, and Captain Daniel Lettire III, daniel.lettire.1@us.af.mil. The Government requests that all interested respondents submit an electronic response of no more than ten (10) single-sided pages, 8.5-inch by 11-inch paper, single-spaced Times New Roman, no smaller than size eleven (11) font, with a minimum of one (1) inch margins all around. Please note, the attachment provided in this RFI can be used to answer some of our questions and will not count towards the 10-page response limit.



All questions relating to this RFI shall be submitted in writing within five (5) business days of release of this RFI (No later than 07:30PM Eastern Daylight Time (EDT) on Thursday, 14 September 2023). Verbal questions will NOT be accepted, and all questions shall NOT contain classified information. The Government does not guarantee that questions received after Thursday, 14 September 2023 will be answered. Responses to this RFI shall be submitted no later than 07:30PM EDT on Friday, 29 September 2023.



List of Attachments:




  1. Attachment 1_HBUM TSS Questions Matrix

  2. Attachment 2_HBUM Questions


Attachments/Links
Contact Information
Contracting Office Address
  • BLDG 1612 CP 7812251107 3 EGLIN STREET
  • HANSCOM AFB , MA 01731
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 07, 2023 01:50 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >