5G Capable Cellular Drive Test Scanner
ID: 70US0924T001Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

All Other Telecommunications (517810)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the United States Secret Service (USSS), is seeking information from qualified vendors regarding the procurement of a 5G capable cellular drive test scanner and associated analytical software. This initiative aims to enhance the USSS's capabilities in investigating financial crimes by enabling the collection and analysis of cellular data across various generations, from 2G to 5G, while ensuring compliance with the Communications Assistance for Law Enforcement Act (CALEA). The project underscores the importance of modernizing investigative tools to adapt to evolving crime and technology, with requirements for interoperability with existing equipment, comprehensive training for personnel, and ongoing maintenance support. Interested parties are encouraged to submit their capability statements and feedback on the draft Statement of Work to the designated contacts, Stephen Kenny and Matthew Sutton, with the understanding that this notice is for information gathering only and does not constitute a commitment to award a contract.

    Files
    Title
    Posted
    The United States Secret Service (USSS) seeks to procure a 5G capable cellular drive test scanner and analytical software. This initiative supports investigations into financial crimes and is essential for the collection and analysis of cellular data spanning from 2G to 5G. The contract outlines the provision of Commercial or Government Off the Shelf (COTS/GOTS) solutions, including necessary engineering, training, and maintenance support. Key objectives include equipping USSS with tools for real-time intelligence gathering and evidence production compliant with the Communications Assistance for Law Enforcement Act (CALEA). The vendor must ensure interoperability with existing USSS equipment, provide comprehensive training to investigative personnel, and maintain software that can adapt to emerging technologies and investigations. Specific tasks involve installing and testing the scanning and analysis software, ensuring compliance with security protocols, and implementing data export and reporting capabilities. The contractor is also responsible for providing ongoing maintenance, technical support, and managing the software solution effectively within a designated timeframe. Initiated in a historical context of criminal investigations dating back to its founding in 1865, this project highlights USSS’s commitment to modernizing its approach amid evolving crime and technological advancements.
    The Department of Homeland Security (DHS) and the United States Secret Service (USSS) have issued a Request for Information (RFI) to gather insights on market capabilities regarding a 5G-capable drive test cellular scanner. This RFI aims to inform the DHS/USSS about industry best practices and technical specifications relevant to their needs. Requirements include analytical software integration with a cell site simulator and capabilities for analyzing call detail records. The response should include relevant work experience and feedback on the draft Statement of Work. The solicitation is considered a total small business set-aside under NAICS code 517810, with particulars available on sam.gov or GSA. The notice stresses that this is strictly for information gathering, with no commitment from the government to award a contract, nor any reimbursement for costs incurred by respondents. Questions can be directed to specified DHS contacts. This initiative underscores DHS/USSS’s commitment to their mission and public safety through enhanced investigative technology.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Market Survey - Mission Critical Push-to-Talk
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is conducting a market survey to gather information on commercially available Mission Critical Push-to-Talk (MCPTT) systems through a Request for Information (RFI) issued by the National Urban Security Technology Laboratory (NUSTL). The objective of this RFI is to collect data that will inform the DHS Science and Technology Directorate’s System Assessment and Validation for Emergency Responders (SAVER) program, which aims to assist response organizations in selecting and procuring effective communication equipment. These systems are crucial for enhancing communication capabilities among law enforcement, fire personnel, and emergency medical services during critical operations. Interested vendors must submit their responses, including product specifications and company information, by October 5, 2024, and are encouraged to use the online Product Summary Questionnaire provided. For further inquiries, vendors can contact Gladys Klemic at nustl@hq.dhs.gov or Chase Knechtel at chase.knechtel@hq.dhs.gov.
    5G Cell Network - Deployable Integrated Telecommunications Test Range (DITTR) System
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from small businesses for the deployment of a 5G Cell Network as part of the Deployable Integrated Telecommunications Test Range (DITTR) System. The procurement aims to establish a comprehensive telecommunications solution that includes a 5G core network, base stations, and support services such as training and technical assistance, all designed to enhance the government's testing capabilities. This initiative is critical for integrating advanced telecommunications technologies with existing systems, ensuring compatibility and high-speed performance for various applications. Interested vendors must submit their quotes by September 19, 2024, and can direct inquiries to Cameron Cochran at cameron.cochran.3@us.af.mil or by phone at 850-882-4418. The contract award decision is anticipated by September 5, 2024, with evaluations based on technical capability, past performance, and pricing.
    Mobile Crime Lab Upfit (4 Vehicles)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified contractors to modify and upfit four mobile crime lab vehicles, which include three Mercedes Sprinter vans and one Freightliner Sprinter. The project entails comprehensive modifications to the vehicles' interior, exterior, driver cab, audio/video systems, emergency equipment, and window tinting to enhance their operational capabilities for law enforcement purposes. This initiative is crucial for improving evidence processing and crime detection capabilities, thereby supporting national security efforts. The total funding for this contract is set at $19 million, with proposals due by September 25, 2024, and a completion deadline for modifications by September 1, 2024. Interested parties can contact Dana L. Blake at Dana.L.Blake@cbp.dhs.gov or 240-731-6111 for further information.
    Market Survey – Security Information and Event Management (SIEM) Solutions
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through its National Urban Security Technology Laboratory (NUSTL), is conducting a market survey for Security Information and Event Management (SIEM) solutions. This Request for Information (RFI) aims to gather insights on commercially available SIEM systems that meet specific operational requirements for law enforcement and emergency responders, including a technology readiness level of 9 and robust security features such as access control and data encryption. The information collected will support the DHS Science and Technology Directorate’s System Assessment and Validation for Emergency Responders (SAVER) program, which assists response organizations in selecting and procuring necessary equipment. Interested vendors should submit their responses via the online questionnaire by October 5, 2024, and can direct inquiries to Gladys Klemic at nustl@hq.dhs.gov or Chase Knechtel at chase.knechtel@hq.dhs.gov.
    Notice of Opportunity - Amendment
    Active
    Homeland Security, Department Of
    The U.S. Secret Service (USSS) is inviting expressions of interest from holders of the Department of Energy's Fourth Generation Energy Savings Performance Contract (ESPC) indefinite-delivery contracts for a potential task order at the James J. Rowley Training Center in Laurel, Maryland. The primary objective of this initiative is to implement energy and water conservation measures aimed at achieving significant energy reductions, decreasing greenhouse gas emissions, and exploring renewable energy options. This project underscores the USSS's commitment to enhancing energy efficiency and sustainability within its operations, with a mandatory pre-bid site visit scheduled for September 19, 2024, and responses due by September 30, 2024. Interested contractors can reach out to Shauntynee Penix at shauntynee.penix@usss.dhs.gov or Daniel Boylen at daniel.boylen@associates.usss.dhs.gov for further information.
    The General Services Office (GSO) of U.S. Embassy on Behlaf of DHS/HSI has a requirement digital forensics flagship solution
    Active
    State, Department Of
    The U.S. Embassy in Bogotá, on behalf of the Department of Homeland Security's Homeland Security Investigations (DHS/HSI), is seeking proposals for a digital forensics flagship solution to enhance their investigative capabilities. The procurement includes several licenses for specific software and hardware tools designed to facilitate the extraction and analysis of data from electronic devices, which is critical for law enforcement in prosecuting crimes involving technology. This initiative aims to address challenges such as prolonged case delays and inefficient processes, ultimately improving agency performance and reducing backlogs. Interested vendors must submit their proposals in compliance with the outlined requirements, including pricing in Colombian Pesos or U.S. Dollars, by the specified deadlines, and can contact the Bogota Contracting Office at BogotaGSOCompras@state.gov for further information.
    TacCom and TechOps III
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking qualified sources for its Tactical Communications Equipment and Services (TacCom) and Technical Investigative Surveillance Operations (TechOps) III initiative through a Request for Information (RFI). This procurement aims to establish a Multi-Agency Indefinite Delivery Indefinite Quantity (IDIQ) contract to secure advanced communications and surveillance technology essential for law enforcement operations, including equipment such as radios and surveillance devices, as well as support services. The RFI is intended for market research purposes only, and responses must be submitted by September 17, 2024, to inform future acquisition strategies. Interested vendors can contact Sohl Han at sohl.han@hq.dhs.gov for further information.
    Notice of Intent D-24-NO-0086
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source firm fixed price purchase order to Callyo for the renewal of proprietary licenses essential for the operation of specialized technology used by undercover agents. This technology is critical for safely recording transactions and ensuring personnel safety, and it meets stringent federal safety and storage requirements without necessitating software on cellular devices. The estimated cost for this procurement is $42,000, covering a performance period from October 1, 2024, to September 30, 2025. Interested vendors may submit capability statements by September 17, 2024, at 10:00 AM Eastern Time, to Teresa Roshau-Delgado at teresa.a.roshaudelgado@dea.gov.
    Transport Network Research Service and Data Center Database
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Cybersecurity and Infrastructure Security Agency (CISA), intends to award a sole source contract to Primetrica, Inc. for the Transport Network Research Service and Data Center Database. This procurement aims to enhance CISA's capabilities in analyzing long-haul networks and the undersea cable market, providing critical data on supply-demand dynamics, carrier profiles, and global data center capacities. The contract is essential for strengthening collaboration between government and industry to mitigate cyber and systemic risks affecting national security. Interested firms are invited to submit capability statements within three days of this notice, with the anticipated performance period set for 12 months, including options for two additional years. For further inquiries, contact William Curto at william.curto@cisa.dhs.gov.
    Intent to Sole Source Ranlytics Network Measurement Platform
    Active
    Commerce, Department Of
    The Department of Commerce, through the National Telecommunications and Information Administration (NTIA), intends to award a sole source contract to Ranlytics America, LLC for its Network Measurement Platform. This platform is specifically designed to enhance the testing and validation processes for the Nationwide Public Safety Broadband Network (NPSBN) by providing mobile device measurement probes, a control portal for field testing management, and a post-processing portal for evaluating user experience quality. The acquisition is critical for ensuring reliable service and maintaining quality standards within public safety communications infrastructure, with a focus on automated testing of 4G and 5G networks. Interested parties must submit a capability statement by 11:00 AM (EST) on September 20, 2024, to determine if a competitive procurement is warranted; otherwise, the sole source award will proceed. For further inquiries, contact Alicia Brister at Alicia.Brister@FirstNet.gov or call 202-580-5097.