Searching for vendors that provide Dispatch Call-Taking Software for Fire Departments
ID: FA2860SSDispatchType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2860 316 CONS PKJB ANDREWS, MD, 20762-7001, USA
Timeline
  1. 1
    Posted Dec 13, 2023 6:13 PM
  2. 2
    Updated Dec 13, 2023 6:13 PM
  3. 3
    Due Dec 20, 2023 8:00 PM
Description

Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is searching for vendors that can provide Dispatch Call-Taking Software for the Joint Base Andrews Fire Department's Emergency Communications Center (ECC) located in JB Andrews, MD, USA. This software is necessary for ECC operators to provide pre-arrival care instructions to 9-1-1 callers over the phone. The software should offer 24/7 technical support and full integration with the JBA Fire Department's current Motorola Flex Computer Aided Dispatch. Additionally, the system should include annual maintenance for a base year and four option years. The deadline for submitting capability statements or comprehensive brochures/websites with associated pricing is 20 Dec 2023 at 3:00pm Eastern.

Point(s) of Contact
Files
Title
Posted
Lifecycle
Similar Opportunities
76043 - F-15 EX PACS EULA URGENT
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE is seeking potential sources to provide a ten-year End User License Agreement (EULA) for the F-15 EX PACS Executive Library and Boot. This procurement is for the Government to perform a full PACS Problem Report (PR) analysis and capability/interface updates on the 170/180 Boot and Executable layer source code for the F-15 Program Office. The service/item being procured is used to support the F-15 Program Office in conducting analysis and updates on the F-15 EX PACS Executive Library and Boot source code. The place of performance is Warner Robins, Georgia, United States.
Sources Sought CVA-H Weapon Systems Automation
Active
Dept Of Defense
The Department of Defense, specifically the Maryland Air National Guard, seeks vendor responses for an important project. They require an automated system to deploy Cyber Vulnerability Assessment/Hunt (CVA/H) weapons, also needing installation, configuration, and customization of the software. The Guard aims to achieve efficiency by employing a solution that operates independently of users, with the capability to install and configure the CVA/H system's BIOS, RAID, and Virtual Machines, along with the ability to run post-setup scripts in a controlled environment. Notably, the system must be self-sufficient and cannot be based in the cloud. In addition to the technical requirements, the vendor will be responsible for conducting user training, providing round-the-clock tech support, and making any necessary software customizations. The Guard requests that interested parties provide capability statements and examples of previous successful projects. This sources sought notice does not guarantee any awards or contracts, and expenses will not be reimbursed. Interested vendors are encouraged to respond with the requested information, including company details and relevant certifications, using the provided email. For any clarifications or questions, vendors can contact SMSgt Michael Dombkiewicz via email at michael.dombkiewicz.1@us.af.mil.
VESTA911 Console for 374 AW/CP, Yokota Air Base, Japan
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking Vesta911 Console for 374 AW/CP at Yokota Air Base, Japan. The Vesta 911 C2 Consoles with Backroom Ethernet Switches are computer workstations equipped with a 24-inch touch screen monitor, mouse, keyboard, 24-button Genovation keypad, and two desktop speakers. These workstations are used for emergency call handling and communication purposes. The consoles also include a Sound Arbitration Module (SAM) for audio interface and Instant Recall Recording (IRR) capabilities. Installation is included in the procurement.
Dataminr, Inc. First Alert V2 Software
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE (DEFENSE INFORMATION SYSTEMS AGENCY) is planning to procure Dataminr, Inc. First Alert V2 Software. This software is a commercial off-the-shelf (COTS) content management system designed for real-time artificial intelligence (AI) event and risk detection. It monitors over 200,000 public information sources and provides customizable content and various delivery options. The government intends to procure 20 additional brand-name, COTS licenses for this software. The software features audience segmentation, incident & reputation management, configurable alerts, and analytics. It will be utilized as an incident detection solution to analyze and mitigate high impact global events and risks. The software tracks more than 200,000 public information sources, including social media platforms, IoT sensor data, audio transmissions, and the dark web. The government requires the unique capability to tailor alerts by priority level, topic, and national security concerns. Dataminr, Inc. is the only source capable of providing all necessary services, as existing OEM products are proprietary. Interested companies must indicate their interest in writing within 15 days of this notification.
PKA - Secondary CrashNet System - McConnell AFB
Active
Dept Of Defense
The U.S. Air Force seeks to enhance its crash response capabilities and upgrade its Secondary CrashNet System (SCN) at McConnell AFB, Kansas. This standalone mass notification platform is critical for flying missions and requires a reliable and proprietary solution, the ConsortAlert system manufactured by Forum Communications. The scope of work involves procuring and installing this system, including delivering, configuring, and testing the equipment, as well as providing user training. Key tasks also include developing a comprehensive installation plan and cutover strategy within a strict 90-day timeline. Contractors must deliver specified communication hardware and software, conduct a pre-project survey, and ensure adherence to strict safety and environmental regulations. The project requires precise coordination with government representatives and certification of installation personnel. The Air Force seeks women-owned small businesses for this effort, with a focus on timely delivery and firm-fixed pricing. The contract, valued between $220,000 and $350,000, is up for grabs among vendors who can meet the strict timelines and deliver a seamless upgrade. The Air Force will evaluate vendors based on their ability to meet the price, timeline, and performance requirements, with past performance and technical approach also considered. Offers are due by July 8, 2024, and the winning vendor will be announced on July 14, 2024. Potential vendors should clarify the number and type of telephones and initiating consoles required in each building, as specified in the solicitation documents. For more details, contact 2d Lt Victoria Longava at victoria.longava.1@us.af.mil or TSgt Wesley Neaves at wesley.neaves@us.af.mil.