Massachusetts Bids > Bid Detail

RFI - Commercial Physical Security Information Management (PSIM) Software Solution - AFLCMC/HBU Force Protection

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159971046931679
Posted Date: Apr 10, 2023
Due Date: Apr 24, 2023
Solicitation No: HBUM-RFI-2023-001
Source: https://sam.gov/opp/1e08711120...
Follow
RFI - Commercial Physical Security Information Management (PSIM) Software Solution - AFLCMC/HBU Force Protection
Active
Contract Opportunity
Notice ID
HBUM-RFI-2023-001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
BATTLE MANAGEMENT
Office
FA8730 DIGITAL DIRECTORATE AFLCMC H
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: Apr 10, 2023 03:22 pm EDT
  • Original Response Date: Apr 24, 2023 07:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DJ10 - IT AND TELECOM - SECURITY AND COMPLIANCE AS A SERVICE
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Hanscom AFB , MA 01731
    USA
Description

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The Force Protection Division Integrated Base Defense Security System Modernization Branch (AFLCMC/HBUM) is seeking information from industry to learn if and how a prospective vendor could provide commercial Physical Security Information Manager (PSIM) software to the Government that could supplant the development efforts for the Air Force’s current Platform for Integrated Command, Control, and Communications (C3) and Responsive Defense (PICARD). It is expected that a PSIM software solution will equip the United States Air Force (USAF) Security Forces (SF) enterprise with an integrated and modern command and control display equipment (CCDE) software solution that fuses multiple legacy and next-generation security applications with devices in order to provide the SF enterprise’s base defense operation centers with a full-spectrum of situational awareness to access control, intrusion detection, and video management systems.



AFLCMC/HBUM also expects that a commercial PSIM software solution will be able to directly support the USAF’s Defender Multi-Domain Command, Control, and Communications (DMDC3) effort, which is the future of the SF enterprise’s mission—to ensure decision advantage for Defenders across the tactical, operational, and strategic levels. The SF enterprise is seeking to integrate its forces with intelligent systems, establishing a new foundation of modern technologies to enable situational awareness, sense-making, rapid decision-making, and force employment across the full spectrum of Integrated Defense (ID) operations spanning all USAF operating domains. As a result, the ID of all USAF personnel and resources will be increasingly dependent upon the successful integration and employment of advanced and legacy technology which includes, but is not limited to, advanced entry control systems (AECS), intrusion detection systems (IDS), video management systems (VMS), and ground-based radars (GBR).



Currently, the Government is considering the purchase and installation of commercial PSIM software for a minimum of one (1) and maximum of eighty (80) USAF bases between the end of FY2023 and FY2028. The maximum projected installation capacity is expected to be fifteen (15) bases per year. This projection may be adjusted pending the results from this RFI. For this requirement, the Government expects a contractor to sustain the PSIM software and provide technical assistance on an as-needed basis per the PSIM provider’s sustainment and supportability offerings to other industry customers.



The security information collected by the commercial PSIM software is expected to be no higher than Controlled Unclassified Information (CUI). 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 products and perform the services 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 Proposal (RFPs), 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 PSIM 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 for your business and systems integrator (if applicable):




  • Hyperlink to your business’s Entity Registration page on sam.gov.



Or






  • 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.




  • Are you currently on a GSA Schedule or IDIQ contract? If so, then please provide the schedule or contract number.

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

  • Can you submit a quote or proposal within thirty (30) days? If not, then can you submit a quote or proposal within forty-five (45) days?

  • 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? If requested, then can you demonstrate how you are firewalled off from foreign influence? Additionally, would you be able to form a team that can handle and access CUI (must be United States citizens)? Could your entire cloud-based infrastructure for this requirement be sustained in the contiguous United States?



Additional Requested Information:




  1. Can you provide an overview of your PSIM product suite, to include the minimum software requirements and recommended hardware specifications? If so, then submit that information via email as an additional attachment.

  2. If applicable, how can your commercial PSIM software connect to and integrate with established Defense Information Systems Agency (DISA) Impact Level (IL) 5 (or higher) and AWS GovCloud infrastructure? Additionally, what other cloud architecture does your PSIM software utilize?

  3. Does your PSIM software comply with any or all the technical requirements shown in Attachment 1, AFLCMC/HBUM PSIM Requirements? Please respond YES/NO in Column C and return this attachment.

  4. Are you able to install PSIM software on-premises? If so, then please explain the functional limitations associated with the on-premises install, if any.

  5. What factors are included in your pricing model for PSIM software? Price factors might include, but are not limited to, on-premises installation, Software as a Service (SaaS) cloud-enabled licensing, user licensing (perpetual or subscription-based on a per user/computer/etc. basis), AECS/IDS/VMS and other integration license costs, technical/customer support, and user training. Any prices or quotes included in this response are non-binding and will only be used to inform the Government’s market research.

  6. Can your commercial PSIM software support data sharing between different levels of an organization (e.g. individual site information which feeds into a higher centralized control center which oversees the enterprise) and a federated architecture?

  7. Can you provide a list of integration partnerships with AECS, IDS, VMS, Ground-Based Radar (GBR), and other security-related manufacturers? If so, then submit that information via email as an additional attachment. This list can include business that include, but are not limited to, Lenel, Genetec, Identiv/Hirsch, FLIR, Honeywell/Vindicator, and Prometheus Security Group. Please include the software and firmware versions associated with each integrated manufacturer.

  8. What is your commercial PSIM software’s ability and associated costs with modifying existing integrations, such as application programmable interfaces (APIs), drivers, connectors, and software development kits (SDKs), for additional AECS, IDS, VMS, GBR, and other security-related manufacturers and new technologies that emerge in the commercial marketplace? Do you provide an SDK with which users can develop their own integrations? Do you have an average demonstrated timeline to field or modify existing integrations? If so, then please explain.

  9. What is the extent of event logs kept by the PSIM and its ability to conduct analytics on topics including, but not limited to, video analytics, response times, alarm trends, and subsystem (e.g., sensors, cameras, Buried Line Systems (BLS), etc.) performance based on Reliability, Availability and Maintainability (RAM) metrics.

  10. Can you explain how your commercial PSIM software integrates with physical security system maintenance and work ticket security systems including, but not limited to, the Infrastructure Maintenance Management System (IMMS)?

  11. What mobile operating systems (iOS/Android/etc.) is your PSIM compatible with? Are there any limitations based on platform? Is your commercial PSIM software compatible with the Tactical Assault Kit (TAK) suite of tools?

  12. Do you have any experience with working with the Department of Defense (DoD) and/or any other government agencies? If so, then please provide up to three contract numbers, known as contract procurement instrument identifiers (PIIDs), and provide a list of lessons learned or concerns.

  13. What is your company’s cybersecurity posture? What procedures do you have in place to identify and patch vulnerabilities in your software, including vulnerability scanning/remediation, security patching, code/pipeline scans, and GovCloud environment/system architecture in the PSIM software? Are updates sent remotely? What is your maintenance schedule?

  14. What is your company’s customer support offering (Help Desk, “Wiki” of commonly encountered issues, etc.)?

  15. Do you anticipate using a systems integrator to fulfill this requirement? If so, then please provide the name of the integrator and relevant contact information, as mentioned in the RFI Submission Details section.



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:



Oasis Systems



Mainsail Group Inc.



Torch Technology



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 the Contracting Officer, Mr. Christopher Farren, christopher.farren.2@us.af.mil, and the Contract Specialist, Captain Joshua Renick, joshua.renick.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 attachments provided in this RFI can be used to answer 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 Monday, 17 April 2023). Verbal questions will NOT be accepted, and all questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 17 April 2023 will be answered. Responses to this RFI shall be submitted no later than 07:30PM EDT on 24 April 2023.



List of Attachments:




  1. Attachment 1, AFLCMC/HBUM PSIM Requirements

  2. Attachment 2, AFLCMC/HBUM PSIM Questions


Attachments/Links
Attachments
file uploads

Contact Information
Contracting Office Address
  • CP 781 225 0132 5 EGLIN ST BLDG 1624
  • HANSCOM AFB , MA 01731-2100
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 10, 2023 03:22 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 >