TacCom and TechOps III
ID: 70RTAC24RFI000009Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSINFO TECH ACQ CENTERWASHINGTON, DC, 20528, USA
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Homeland Security (DHS) has issued a Request for Information (RFI) to gather market insights for Tactical Communications Equipment and Services (TacCom) and Technical Investigative Surveillance Operations (TechOps) III. This RFI serves solely for market research, not as a solicitation or a binding contract. DHS aims to identify qualified sources to support a new Indefinite Delivery Indefinite Quantity (IDIQ) Multi-Agency Contract, consolidating previous TacCom and TechOps contracts. The required solutions include a range of equipment and services classified into two technical categories: equipment (such as radios, infrastructure, maritime communication tools, and video/audio systems) and services (covering operations and support, engineering, and project management). Vendors are invited to provide information about their capabilities, experience, and feedback on the draft Statement of Work. Responses should include company details and address specific queries regarding past contract challenges and suggested improvements. Responses must be submitted by September 17, 2024, aiming to foster collaboration and streamline future contracting processes, ultimately enhancing DHS operational capabilities at both domestic and international levels.
    The Department of Homeland Security (DHS) has outlined its requirements for Tactical Communications and Technical Investigative Surveillance Operations (TacCom and TechOps III) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This acquisition aims to secure commercial commodity solutions for advanced communications and surveillance technology, which are essential for law enforcement operations. The scope of the contract includes equipment and services across two main technical categories: TacCom equipment, which encompasses radios, communication infrastructure, and surveillance devices, and TechOps services for system support and maintenance. Contractors are expected to manage their Original Equipment Manufacturers (OEMs) and ensure compliance with various technical standards. Additionally, there are comprehensive reporting and oversight requirements to track subcontracting goals, particularly regarding small business participation. Warranty provisions for new equipment and detailed quality assurance measures are also specified. All solutions must align with DHS Enterprise Architecture and Geospatial Information System guidelines, ensuring interoperability and compliance with federal standards. This procurement initiative reflects DHS's commitment to maintaining effective communication and surveillance capabilities within law enforcement while adapting to evolving technological advancements.
    Lifecycle
    Title
    Type
    TacCom and TechOps III
    Currently viewing
    Sources Sought
    Similar Opportunities
    BIOMETRIC IDENTITY RESEARCH AND DEVELOPMENT (BIRD)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is issuing a Request for Information (RFI) for its Biometric Identity Research and Development (BIRD) program, aimed at enhancing biometric and identity management capabilities through insights from academia, industry, and technical experts. The RFI seeks detailed information on vendors' experiences and capabilities in areas such as next-generation biometric research, prototype development, and technical support for standards, particularly in relation to the transition from the current Automated Biometric Identification System (IDENT) to the advanced Homeland Advanced Recognition Technology (HART) system. This initiative is crucial for improving national security by effectively identifying individuals at various points of entry into the U.S., with the deadline for submissions set for October 18, 2024. Interested vendors should direct their responses to Amy Driver at Amy.Driver@hq.dhs.gov and Sasha May at Sasha.May@hq.dhs.gov, ensuring compliance with the specified submission guidelines.
    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.
    CY6000 DUP KIT 400-405
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 10 units of the CY6000 DUP Kit 400-405, manufactured by ICOM AMERICA, INC. This solicitation is part of a combined synopsis/solicitation under NAICS code 334220, aimed at ensuring the availability of essential radio communication equipment for operational readiness. Vendors must be registered in SAM.gov and provide proof of being an authorized distributor of ICOM parts, with all submissions due by September 18, 2024, and expected delivery by January 15, 2025. Interested parties should direct inquiries to Gina Baran at gina.m.baran@uscg.mil, and ensure compliance with military packaging standards and invoicing through the Integrated Program Payment (IPP) system.
    Camera
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Immigration and Customs Enforcement (ICE) Office of Acquisition Management, intends to procure cameras from a single source, ShaiderTech, located in Fairfax, VA. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures, due to the unique capabilities and proprietary nature of ShaiderTech's products, which are deemed essential for the DHS's operational needs. This notice serves informational purposes only and does not constitute a request for quotes (RFQ), with the Contracting Officer retaining discretion over the decision not to compete the contract. For inquiries, interested parties may contact Wes Ransom at Wesley.Ransom@ice.dhs.gov or by phone at (469) 858-1668.
    Cameras
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Immigration and Customs Enforcement (ICE) Office of Acquisition Management, intends to solicit a contract for cameras from a single source, ShaiderTech, located in Fairfax, VA. This procurement is justified under FAR 13, Simplified Acquisition Procedures, due to the unique capabilities and proprietary nature of the products offered by the contractor. The cameras are essential for the operational needs of ICE, highlighting the importance of specialized equipment in supporting law enforcement activities. For inquiries regarding this opportunity, interested parties can contact Wes Ransom at Wesley.Ransom@ice.dhs.gov or by phone at (469) 858-1668. This notice serves informational purposes only and is not a request for quotes.
    Commercial Port Information and Operational Technology
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking insights from commercial port stakeholders through a Request for Information (RFI) titled "Commercial Port Information and Operational Technology" under the C-PILOT program. The objective of this RFI is to identify vulnerabilities in commercial port operations, specifically focusing on Information Technology (IT) and Operational Technology (OT) systems, to enhance cybersecurity measures within the U.S. Maritime Transportation System (MTS), which is vital to the national economy and supports 13 million jobs. Participants will contribute to the development of a virtual testbed for evaluating cybersecurity readiness and identifying gaps in current protections, with the potential for interviews and site visits by DHS personnel. Interested parties are encouraged to submit their responses, including contact information and relevant experience, to MaritimePortResiliencyandSecurityStudy@hq.dhs.gov by the specified deadline.
    Sources Sought Minotaur Reach
    Active
    Homeland Security, Department Of
    Sources Sought Minotaur Reach: The Department of Homeland Security, Department of the US Coast Guard, is seeking information from potential offerors who can provide a tech demo for Minotaur Reach. This service aims to aggregate all Minotaur sensor data and disseminate it to USCG Sector Command Centers via an application programming interface (API) for a web browser. The sensor data must come from Minotaur enabled platforms, including various types such as Radar, EO/IR, AIS, ELINT, GEOINT, SIGINT, FMV, ASW, Acoustic, IMINT, Geodetic, Navigation, Weather, and National sources. The data must be adaptable to any message format, system interface, or data translation/filter needed. The distribution of Minotaur USCG data must be unclassified. Vendors are requested to submit 1-2 page submissions and be able to conduct the tech demo in the first or second quarter of fiscal year 2024. This request for information (RFI) also seeks details about vendors' existing applications, standard warranty terms, rough order of magnitude (ROM) price, and company size and socio-economic status. Interested parties can submit their responses to William.E.Lewis3@uscg.mil and Wendy.L.Paulo@uscg.mil. Please note that this notice is for market research and planning purposes only and does not constitute a solicitation or a commitment by the Government to award a contract.
    Transportation Security Administration’s Open Architecture Initiatives
    Active
    Homeland Security, Department Of
    The Transportation Security Administration (TSA) is seeking industry participation in its Open Architecture (OA) initiatives, aimed at enhancing the efficiency and interoperability of transportation security systems. This opportunity invites vendors to provide feedback on next-generation OA solutions, including the Digital Imaging and Communications in Security (DICOS) standard and the Open Platform Software Library (OPSL), to inform TSA's implementation strategy and future requirements. The TSA's OA approach is critical for modernizing security screening processes, ensuring agility in response to evolving threats, and improving the overall passenger experience. Interested parties should submit their comments using the provided forms by September 30, 2024, and respond to the Request for Information (RFI) by June 3, 2024, with inquiries directed to Siobhan Mullen at siobhan.mullen@tsa.dhs.gov or Siobhan Lawson at Siobhan.Lawson@tsa.dhs.gov.
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), Science and Technology Directorate, has issued a five-year Long Range Broad Agency Announcement (LRBAA) under the title '24-01' to fund scientific and technical projects that enhance homeland security capabilities. The focus is on innovative solutions for near-term operational needs, foundational research, and future threats to national security and resilience, with an emphasis on food security and veterinary defense. Businesses and innovators can engage by attending an industry event and submitting proposals online. The DHS aims to improve its operational environment by selecting and funding promising scientific projects, offering a streamlined submission and evaluation process. Contact John Whipple or Jason Rios for more information.
    5G Capable Cellular Drive Test Scanner
    Active
    Homeland Security, Department Of
    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.