316 IG Advanced Disaster Management System Expansion
ID: FA268024Q4040Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2860 316 CONS PKJB ANDREWS, MD, 20762-7001, USA

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the expansion of the Advanced Disaster Management System (ADMS) at Joint Base Andrews, under Solicitation Number FA268024Q4040. The expansion aims to enhance the existing ADMS by incorporating new simulations for emergency response scenarios, including gate runner situations, active shooter incidents, drone operations, and specific building simulations, which are critical for improving crisis management and tactical operations. This initiative is vital for training personnel in effective emergency response to both natural and manmade disasters, thereby bolstering operational readiness within military environments. Proposals are due by September 11, 2024, and interested contractors should contact Sara Rulli at sara.rulli.1@us.af.mil or Heather L. Roe at heather.roe.1@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is soliciting proposals for the expansion of the Advanced Disaster Management System (ADMS) at Joint Base Andrews. The solicitation, numbered FA268024Q4040, was issued on September 5, 2024, with proposals due by September 11, 2024. This project is a small business sole source award and aims to enhance the existing ADMS, which is essential for training emergency response scenarios pertaining to various disasters. Required expansions include simulations for gate runner scenarios, active shooter scenarios, drone scenarios, and specific building simulations, all crucial for improving crisis management and tactical operations. The proposal process requires submissions to address technical acceptability and price, ensuring compliance with provided standards. Contractors must not only fulfill the requirements set forth but also maintain specific certifications and representations as stipulated by federal regulations. The eventual award will be a firm-fixed price contract, reinforcing the necessity to submit comprehensive and timely proposals to secure the contract. This initiative underscores the government's commitment to bolstering disaster preparedness and response capabilities within military environments, aligning with broader objectives of safety and efficiency.
    The Department of the Air Force is soliciting proposals for the expansion of the Advanced Disaster Management System (ADMS) at Joint Base Andrews, under Solicitation Number FA268024Q4040. Issued on September 5, 2024, with a response deadline of September 11, 2024, the solicitation seeks to enhance the existing ADMS, which is critical for emergency response training involving natural and manmade disasters. The expansion will include new simulations such as gate runner scenarios, active shooter situations, drone operations, and specific building simulations to enhance pre-incident planning and response capabilities. This solicitation is a small business sole-source award, with a NAICS code of 423430 and a small business size standard of 250 employees. Proposals must be submitted via email to the specified contracting officers and must remain valid for 90 days. Evaluations will consider price and technical acceptability based on compliance with the detailed Statement of Work. The contract will be awarded to the proposer whose offer is most advantageous to the government, handling all necessary acceptance and delivery obligations at Joint Base Andrews. This project aims to significantly bolster training and operational effectiveness for the 316th Wing Inspector General’s Office and related security personnel.
    The document presents a Sole Source Justification for the acquisition of an expansion to the Advanced Disaster Management System (ADMS) at Joint Base Andrews, awarded to Environmental Tectonics Corporation (ETC) for an estimated cost of $1,011,434. This action follows a previous sole source contract for the ADMS in FY22. The expansion includes new scenarios for emergency response training, enhancing operational capabilities in tactical approaches and incident command. The justification cites proprietary factors specific to ETC's existing ADMS software and infrastructure, affirming that no other vendors can adequately fulfill the requirements due to compatibility issues with the proprietary source code. Market research confirmed that ETC is the only capable vendor, as other companies cannot legally modify or expand the system. The document details the statutory authority for this procurement, the evaluation of fair pricing based on prior contracts, and asserts the absence of interested alternate sources. To mitigate future competition barriers, the contracting office plans to survey the market before any future expansions to ensure compliance with competitive procurement guidelines. This acquisition emphasizes the government's aim to utilize specialized technology for effective disaster management training while adhering to legal and budgetary constraints.
    The document outlines the Statement of Work for expanding the Advanced Disaster Management System (ADMS) for the 316th Wing Inspector General at Joint Base Andrews (JBA), MD. The primary mission is to ensure effective emergency response capabilities for natural and manmade disasters, enhancing readiness for various scenarios such as active shooters, drones, high-risk traffic stops, and the simulation of building 1500. The expansion includes software upgrades, system installation, and operational training, intending to strengthen incident planning and tactical responses. Key requirements involve contractor management, safety protocols, and adherence to security directives. The project's focus is on preparing personnel through realistic simulations, thereby improving operational effectiveness within the unique context of JBA’s exposure to potential threats, given its proximity to the nation’s capital. The comprehensive scope emphasizes the need for an innovative approach to disaster management and emergency preparedness.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought: NORAD & USNORTHCOM/J722 Homeland Defense Resiliency Training Branch Support
    Active
    Dept Of Defense
    The Department of Defense is seeking qualified contractors to provide support services for the NORAD & USNORTHCOM/J722 Homeland Defense Resiliency Training Branch. The procurement focuses on delivering training and education services, particularly for the Dual Status Commander qualification program and the Vigilant Guard exercise program, which are critical for enhancing emergency management capabilities and response to natural and manmade disasters. This initiative underscores the importance of effective training in Defense Support of Civil Authorities and National Guard operations, aligning with federal efforts to improve national resilience. Interested contractors must submit their qualifications and relevant past performance by September 27, 2024, with the anticipated contract period starting in December 2024 and lasting five years, under a Firm-Fixed Price contract type. For further inquiries, contact Nathan Coleman at nathan.a.coleman2.mil@army.mil or Andrew P. McMullen at andrew.p.mcmullen2.civ@army.mil.
    Intrusion Detection System B1217 SCIF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at Building 1217 on Joint Base Andrews, Maryland. The contractor will be responsible for ensuring that all IDS equipment is compatible with the existing Honeywell Vindicator security infrastructure, which is critical for maintaining security standards within the military context. This procurement is set aside for small businesses, with a total contract value of $25 million, and interested parties must submit their quotations by September 20, 2024, with the anticipated award date on September 24, 2024. For further inquiries, potential bidders can contact SMSgt Stacey Little at stacey.little.1@us.af.mil or MSgt Bo Im at bo.im.1@us.af.mil.
    Meter Data Management System (MDMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for a contract to operate, enhance, and sustain the Meter Data Management System (MDMS) in Huntsville, Alabama. The primary objectives of this procurement include delivering reliable meter data, normalizing energy consumption data across facilities, providing user-friendly tools for energy program managers, and ensuring compliance with applicable laws and regulations. This initiative is crucial for improving energy efficiency within military operations and leveraging advanced technologies to support sustainable energy practices. The contract is a Firm-Fixed Price Indefinite Delivery Contract with a maximum value of $43 million over five years, including one base year and four option years. Interested parties should contact Benjamin Hoell at benjamin.g.hoell@usace.army.mil or call 978-318-8084, with proposals due by September 17, 2024.
    Inveris Training Solutions Firearm Training Simulator (FATS) 100MIL Simulator System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of the Inveris Training Solutions Firearm Training Simulator (FATS) 100MIL Simulator System, under solicitation number FA252124QB189. This procurement aims to enhance training capabilities for military personnel at Patrick Space Force Base in Florida by providing an advanced virtual training system that allows for marksmanship practice and scenario engagement without the need for physical ammunition. The initiative aligns with the security forces enterprise plan to standardize training practices and improve operational readiness. Interested vendors must submit their quotes and required documentation by the specified deadlines, and can direct inquiries to TSgt Colleen Toman at colleen.toman.1@spaceforce.mil or 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil.
    AFJROTC CoDrone EDU (JROTC Edition) Competition Drones (Amendment 0001)
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron, is seeking proposals for the acquisition of CoDrone EDU (JROTC Edition) competition drones to enhance the Air Force Junior ROTC (AFJROTC) curriculum. This procurement aims to provide a package of 10 drones, complete with necessary sensors, programmable features, and accessories, to facilitate hands-on learning and competition preparation for high school students. The initiative underscores the importance of innovative educational tools in fostering STEM skills and responsible citizenship among students. Proposals are due by September 19, 2024, and interested parties can contact Jaeden Alvarez at jaeden.alvarez.2@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil for further information.
    Final Request for Proposals for Design, Development, Demonstration, and Integration II (D3I2) Domain 1
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command-Redstone Arsenal, is issuing a solicitation for the Design, Development, Demonstration, and Integration II (D3I2) Space, High Altitude, and Missile Defense Domain 1 (D1). This procurement aims to secure multiple award indefinite delivery, indefinite quantity (MAIDIQ) contracts for research and development services in the physical, engineering, and life sciences, specifically focusing on guided missiles and space vehicles. The D3I2 D1 initiative is critical for supporting the U.S. Army Space and Missile Defense Command's mission and is a follow-on to existing contracts, with proposals due by 1:00 p.m. MST on October 15, 2024, and specific criteria submissions required by October 1, 2024. Interested parties can reach out to Jennifer Baker at jennifer.d.baker2.civ@army.mil or Aaren Strobel at aaren.j.strobel2.civ@army.mil for further inquiries.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is seeking proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training applications. The procurement aims to enhance interoperability and support cloud-based software applications, thereby reducing costs and facilitating training across various Army units and agencies. This contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Naillil DeJesus at naillil.m.dejesus.civ@army.mil or Demetria Carter at demetria.b.carter.civ@army.mil.
    DoDL Global Incident Map Subscription
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Global Incident Map Subscription to enhance situational awareness for military personnel. This subscription must provide a fully customizable, real-time map displaying critical global incidents, including terrorist acts, kidnappings, and aviation safety risks, with continuous updates and human analysis for incident assessments. The initiative is vital for supporting military operations and improving the quality of life for service members through enhanced information resources. Interested vendors must submit their quotes electronically by September 16, 2024, with questions accepted until September 11, 2024. For further inquiries, contact Courtney Perry at courtney.perry.5@us.af.mil or Ernest Medina at ernest.medina.2@us.af.mil.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.