Request for Information (RFI) for Police Center (POLC), Fire and Emergency Services (POLC / FES) Service and Support
ID: 20240913Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO PHILADELPHIAPHILADELPHIA, PA, 19111, USA

NAICS

Other Computer Related Services (541519)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking information from potential sources for the Police Center (POLC) and Fire Emergency Services (FES) support, focusing on IT application capabilities across five sites. The objective is to gather data on services related to project management, lifecycle support, and technological enhancements, particularly for 911 telecommunications, dispatching, and comprehensive records management systems. This initiative is crucial for maintaining efficient and secure emergency response systems, ensuring compliance with federal cybersecurity standards, and facilitating the modernization of existing applications. Interested vendors must submit their responses by November 4, 2024, and can direct inquiries to Daniel J. Washington at Daniel.Washington@dla.mil or Whitney Saint-Fleur at whitney.saint-fleur@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the Defense Logistics Agency’s (DLA) requirement for IT support services for the Police Center (POLC) applications. The contractor is expected to provide full IT life cycle support for a suite of applications used in police, fire, and emergency services across five sites. Key tasks include project management, technical support, cybersecurity, and operational sustainment. The contractor will manage software licenses, ensure compliance with DoD and DLA standards, and facilitate communication with stakeholders. The company’s responsibilities encompass daily operations, provider application administration, and system security. Deliverables include monthly status reports, project plans, risk management documentation, and various technical reports, all ensuring accountability and effectiveness of the POLC services. Critical support must also accommodate cybersecurity framework adherence, focusing on vulnerability management and testing procedures. This RFP aims to secure an 8(a) small business contractor, evaluated based on the technical proposal and pricing, emphasizing adherence to quality standards and timely delivery. Ultimately, this effort demonstrates the government's commitment to maintaining efficient and secure emergency response systems.
    The Defense Logistics Agency (DLA) has issued a Request for Information (RFI) to identify potential sources for the Police Center (POLC) and Fire Emergency Services (FES) support, relevant to five Department of Defense sites. The RFI aims to gather data on IT application capabilities for project management, lifecycle support, and technological services, as well as the modernization of existing systems. Key requirements include enhanced 911 capabilities, computer-aided dispatching, and comprehensive records management systems. Responses will assist in assessing market maturity and competition, influencing future procurement processes. Vendors must address several specific inquiries related to their capabilities, current solutions, and compliance with federal cybersecurity standards. The RFI emphasizes the need for innovative solutions, adherence to Technical and Security requirements, and the ability to interface systems effectively. Additionally, a Rough Order of Magnitude (ROM) pricing estimate for a five-year period is requested to gauge potential costs involved in acquiring and maintaining the required solutions. Responses are due by November 4, 2024, with clear submission guidelines outlined for interested parties.
    Similar Opportunities
    RFI for Police Center (POLC), Fire and Emergency Services (POLC / FES) Software Licensing
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking information from vendors regarding software licensing for the Police Center (POLC) and Fire and Emergency Services (POLC/FES) systems. The procurement aims to enhance capabilities in areas such as Enhanced 911, Computer Aided Dispatch, and Law Enforcement Records Management Systems, with a focus on interoperability, compliance with security standards, and integration with existing infrastructures. This initiative is crucial for improving operational efficiency and emergency response across five DoD sites. Interested vendors are encouraged to submit their responses, including capabilities and pricing estimates, to the designated contacts, Christopher P. Lawrence and Vince Palmarini, via email by the specified deadline. The total cost for the software licenses is indicated as $0.00, suggesting potential funding through alternative means.
    DLA ENTERPRISE FIRE PROTECTION CONTROL SYSTEMS (FPCS)
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified small businesses to provide integrated support for Fire Protection Control Systems (FPCS) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to ensure the reliability and effectiveness of fire safety systems across multiple DLA locations, including maintenance, modernization, compliance with safety codes, and cybersecurity enhancements. This initiative is critical for safeguarding lives and property within DLA facilities throughout the continental United States. Interested parties should note that the solicitation number is SP4702-24-R-0005, with an expected posting date on SAM.gov around December 6, 2024. For further inquiries, contact Ivan Badillo at ivan.badillo@dla.mil or call 614-692-4028.
    Request for Information - FSG 80 Logistics Support
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking information from potential vendors to provide logistics support for commercial paints, sealing compounds, and adhesives categorized under Federal Supply Group (FSG) 80. The procurement involves responsibilities such as wholesale supply, inventory management, hazardous material handling, and temperature-controlled storage, with a focus on ensuring compliance with shelf-life requirements and safety documentation. These products are critical for various federal, state, and military applications, reflecting a significant demand for protective coatings and adhesives essential for infrastructure maintenance and operational readiness. Interested vendors must submit their responses by November 29, 2024, to Jessica Sheaffer at jessica.sheaffer@dla.mil, and are encouraged to provide detailed company profiles and capabilities.
    RFI - ERP Cloud Hosting, Managed Services, and SAP Licensing
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking information from potential sources for hosting, managing, and licensing services related to its Enterprise Resource Planning (ERP) system, primarily utilizing SAP software. The objective of this Request for Information (RFI) is to assess the market's capabilities to provide cost-effective and efficient solutions for hosting, optimizing, and managing DLA's SAP ERP and associated non-SAP cloud environments, particularly in the context of transitioning to S/4HANA while adhering to stringent cybersecurity requirements. This initiative is crucial for enhancing operational efficiency and ensuring compliance with industry standards, ultimately benefiting military operations and taxpayer accountability. Interested parties must submit their responses by 5:00 PM EDT on November 15, 2024, and can contact Cecilia Geraghty at Cecilia.Geraghty@dla.mil or by phone at 215-737-3054 for further information.
    D--FY25 MORA Dispatch Sources Sought.
    Active
    Interior, Department Of The
    The National Park Service, through the Mount Rainier National Park Communication Center (MORACC), is seeking information from small businesses regarding their capabilities to provide after-duty hours emergency dispatch services. The primary objective is to handle incoming 911 calls related to various emergencies within Mount Rainier National Park, including life-threatening situations, medical emergencies, and law enforcement dispatching for NPS personnel. This opportunity is crucial for ensuring effective emergency management and compliance with statutory requirements. Interested contractors must submit a two-page Statement of Capability by October 28, 2024, at 3:00 PM Pacific Standard Time, to Hal Hoversten at halhoversten@nps.gov, and should note the Source Sought Notice DOIPFBO250002 in their email subject line.
    Tangible Security ProVisioner (ProV) Subscription
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to procure the Tangible Security ProVisioner (ProV) software through a sole-source contract, as it is the only DoD-approved solution compatible with existing enterprise support systems. This software has been utilized by DLA for approximately 15 years and is critical for supporting the agency's Information Technology operations and integration with mission partners. The contract period is set from December 19, 2024, to December 18, 2025, with proposals due by October 29, 2024, at 1 PM EST. Interested vendors can contact Josh Stolle at Josh.Stolle@dla.mil or by phone at 215-737-8600 for further details.
    DC3_CTA_RFI2024
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington, is seeking contractor services to support the Defense Cyber Crime Center's Cyber Training Academy (CTA) through a Sources Sought notice titled DC3CTARFI2024. The primary objective of this procurement is to provide specialized cyber investigative training, enhancing the capabilities of DoD personnel and federal law enforcement agencies in safeguarding information systems against cyber threats. This initiative is crucial for developing a skilled workforce capable of addressing emerging cybersecurity challenges and maintaining the integrity of national security efforts. Interested vendors must submit their capability statements by October 31, 2024, and direct inquiries to the primary contact, Jesica Hunt, at jesica.hunt@us.af.mil, or the secondary contact, Parris Kennedy, at parris.kennedy@us.af.mil.
    DEFENSE PERSONAL PROPERTY SYSTEM (DPS) TECHNICAL SUPPORT CENTER (DTSC) RFI
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking responses to a Request for Information (RFI) regarding technical support services for the Defense Personal Property System (DPS) through a planned contract in 2025. The procurement aims to establish Tier 1 and Tier 2 helpdesk services, maintain ticketing software (currently ServiceNow), and provide operational support to enhance the Defense Personal Property Program (DP3). This initiative is crucial for ensuring efficient relocation services for military personnel and their families, emphasizing the need for responsive customer service and adherence to government security protocols. Interested parties must submit their RFI responses by 1500 (CT) on November 4, 2024, and can request one-on-one discussions with the requirements team, with priority given to small business responders. For further inquiries, contact Kailey C. Schuette at kailey.c.schuette.civ@mail.mil or Megan Gonzalez at megan.m.gonzalez4.civ@mail.mil.
    DLA Installation Management Enterprise Mailroom Management Service
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to award a sole-source contract to Pitney Bowes for comprehensive Mailroom Management Services, which include the procurement of mailroom services, equipment purchase, maintenance, and software setup. The primary objective is to enhance accountability and efficiency in mail and package processing across various DLA locations, including Fort Belvoir, with a focus on compliance with federal security standards. The estimated contract value over a five-year period is approximately $1,852,856.28, with a base period from October 1, 2024, to August 31, 2025, followed by four optional years. Interested vendors must submit a Letter of Interest by October 29, 2024, to Beverly J. Williams at Beverly.j.williams@dla.mil, including their DUNS Number and TIN, as this opportunity is not a Request for Proposal.
    Request for Information (RFI)/Sources Sought - DOL Email Subscription Services
    Active
    Labor, Department Of
    The U.S. Department of Labor (DOL) is seeking information from qualified vendors to provide Email Subscription Services as part of its communication strategy. The DOL aims to enhance its email communication capabilities by acquiring a high-capacity, cost-effective solution that meets federal standards, including FedRAMP and FISMA compliance, and integrates with existing CRM systems. This initiative is crucial for managing the large volume of emails sent by the department, ensuring effective outreach while adhering to compliance and performance standards. Interested parties must submit their responses, including a Capabilities Statement and estimated pricing, by November 4, 2024, referencing “RFI No. OAA-25-00005 - DOL Email Subscription Services” in the subject line. For further inquiries, vendors can contact Angela Hyser at hyser.angela.l@dol.gov or Brittany Morrow at morrow.brittany.l@dol.gov.