RFI for Police Center (POLC), Fire and Emergency Services (POLC / FES) Software Licensing
ID: RFI-POLCType: Sources Sought
Overview

Buyer

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

    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.

    Point(s) of Contact
    Christopher P. Lawrence
    Christopher.Lawrence@dla.mil
    Files
    Title
    Posted
    The document outlines federal government software procurement via a Request for Proposal (RFP) related to the DLA Police Center Application Software, which includes a range of software products such as Caliber, Microautomation, and ESO across different environments (Production and Staging) and versions. It details pricing for various licenses pertinent to functionalities like E911 systems and Records Management Systems (RMS). The two main option periods are from April 16, 2026, to November 15, 2026, specifying the need for the contractor to ensure the availability of the latest software versions while maintaining operational standards. The total cost for the software licenses is indicated as $0.00, suggesting the potential for funding through other means. The structure divides items into CLINs (Contract Line Item Numbers) providing a breakdown of software manufacturers, current software versions, environments, user counts, and licensing details. This procurement process highlights the government's commitment to improving technological support for its services, ensuring compliant, organized, and contemporary software deployments within governmental operations.
    The Request for Information (RFI) concerning Police Center (POLC), Fire, and Emergency Services software licensing serves as a market research initiative by the government to identify potential vendors capable of providing necessary software and support across five Department of Defense (DoD) sites. The objective is to acquire software, licensing, and vendor support for applications such as Enhanced 911/NEXT Generation 911, Computer Aided Dispatch, Law Enforcement Records Management System, and Fire and Emergency Services. The bid emphasizes the need for robust software functionality, including interoperability amongst applications, compliance with security standards, and compatibility with existing infrastructure. Interested vendors are instructed to provide detailed responses, highlighting their capabilities, past performance with DoD or similar entities, implementation methodologies, and pricing estimates over a five-year period. The document outlines specific sections for response, including market research questions and cost assumptions, and emphasizes the importance of adhering to federal cybersecurity regulations. Overall, this RFI aims to gather information for planning purposes without committing to a binding contract, thus facilitating informed decision-making regarding future acquisitions in emergency service software solutions.
    The document is a Request for Information (RFI) concerning the ownership cost elements associated with the POLC software for fiscal years 2025 through 2029. It outlines various software licenses related to Emergency 911, CAD (Computer-Aided Dispatch), RMS (Records Management System), and FES (Field Event Software), all of which reportedly incur no expenses over the entire period. Additionally, the document lists potential technical support from commercial off-the-shelf (COTS) vendors for similar software applications, also indicating zero costs for the referenced fiscal years. The RFI's structure depicts a systematic approach to budget planning and accounting for software-related expenses in government operations, reflecting a focus on fiscal prudence. No costs are anticipated for licensing or technical support during the outlined fiscal years, suggesting a period without software procurement or vendor engagements related to POLC. This RFI may serve as a preliminary assessment to gather insights or feedback from potential vendors or stakeholders regarding funding and support for ongoing or future software management in government services.
    The government file outlines extensive requirements for fire and emergency services (FES) and Next Generation 9-1-1 (NG9-1-1) systems integration, focusing on data management, reporting capabilities, and compliance with national standards. Key requirements include the ability to create and maintain a master data system for real-time data export, personnel scheduling, and automated reporting to local and state emergency services. The file emphasizes interoperability with existing systems such as Computer Aided Dispatch (CAD) and Law Enforcement Records Management Systems (LE-RMS), ensuring seamless data flow and integration. For the NG9-1-1 system, specifications include features like automated abandoned callbacks, video integration, and the ability to handle both legacy and current communication infrastructures. The requirements also encompass data analytics for performance assessments, compliance with the National Fire Incident Reporting System (NFIRS) and HIPAA regulations, and connectivity with emergency management networks. Overall, the document serves to facilitate the acquisition of systems that enhance operational efficiency, improve emergency response, and maintain compliance with federal and state standards across emergency service agencies.
    Similar Opportunities
    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.
    76043 - F-15 EX PACS EULA URGENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a sole source End User License Agreement (EULA) for the F-15 EX Programmable Armament Control Set (PACS) from the 402 Software Engineering Group (SWEG) at Robins Air Force Base. This procurement is critical for enabling comprehensive analysis and updates to the PACS Problem Report (PR) capabilities, particularly concerning the 170/180 Boot and Executable layer source code associated with the F-15 Program Office. The acquisition of this non-commercial software license is essential for ongoing support and software validation, which are vital for the effective management and enhancement of the F-15 fighter program. Interested vendors should direct inquiries to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil, with the expectation that the EULA will be delivered within 30 days after receipt of order.
    Acquiring and maintaining Feflo software for performing various numerical simulations
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source purchase order for the acquisition and maintenance of Feflo software, which is essential for performing various numerical simulations. The procurement is directed towards the Center for Computational Fluid Dynamics, as they are the only responsible source capable of fulfilling the agency's requirements. This software is critical for advanced computational fluid dynamics applications, supporting the NRL's research and development efforts. Interested parties may express their capabilities by referencing Notice of Intent number N00173-25-Q-1301184508, with responses due by October 19, 2024, at 1100 hours. For further inquiries, contact James Buie at james.buie@nrl.navy.mil or call 202-923-1553.
    RS Means Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Letterkenny Contracting Office, is seeking vendors capable of supplying the RS Means Online Full Library Software for Facilities Construction costs. This procurement aims to gather market research through a Sources Sought notice to identify qualified organizations, as no solicitation currently exists. The RS Means software is critical for accurately estimating construction costs and managing facilities projects, thereby enhancing operational efficiency. Interested parties must submit their capabilities, including business details and past performance, by October 22, 2024, and should direct inquiries to Bryan D. Crist at bryan.d.crist.civ@army.mil or by phone at 520-693-9839. Contractors must also be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to qualify for government contracts.
    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.
    Federal Emergency Management Agency (FEMA) United States Fire Administration (USFA) FY25-Computerized Maintenance Management System (CMMS) Solutions
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking information from vendors regarding the acquisition of a FedRAMP-Authorized Computerized Maintenance Management System (CMMS) as a Software as a Service (SaaS) solution for the United States Fire Administration (USFA). The primary objective is to enhance the efficiency of facility operations and maintenance at the National Emergency Training Center (NETC) Campus, focusing on functionalities such as asset tracking, preventive maintenance, work order management, and inventory control. This initiative is crucial for improving the operational performance of the Facility Management Branch, ensuring compliance with federal security standards, and maintaining public safety through effective infrastructure management. Interested vendors must submit their responses by October 22, 2024, to Judith Hicklin at judith.hicklin@fema.dhs.gov and Leonyce Moses at leonyce.moses@associates.fema.dhs.gov, adhering to specified submission guidelines.
    CAD-to-CAD Interoperability Compliance / Conformance
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking information to enhance computer-aided dispatch (CAD) systems' interoperability through the CAD-to-CAD Interoperability Compliance / Conformance initiative. This effort aims to conduct market research and identify qualified sources capable of developing a standardized methodology for testing interoperability among CAD systems used by emergency response agencies. CAD systems are crucial for public safety personnel to efficiently track incidents and dispatch resources, and improving interoperability is essential for effective multi-jurisdictional responses. Interested parties are encouraged to respond to the Request for Information (RFI) by addressing specific questions and submitting their capabilities, with responses due by the specified deadline. For further inquiries, contact Jennifer K. Koons at jennifer.koons@hq.dhs.gov or Mariaah Daniel at Mariaah.Daniel@hq.dhs.gov.
    ServiceNow Licensing Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center in Keyport, Washington, is conducting market research through a sources sought notice for the renewal of ServiceNow licensing. This initiative aims to identify interested parties with the necessary resources and capabilities to fulfill the licensing requirements, although it does not constitute a formal Request for Proposal (RFP). The ServiceNow platform is critical for managing IT services and operations within the Navy, ensuring efficient workflow and service delivery. Interested vendors are encouraged to complete the attached "Questions for Industry" document and submit their responses to Patti Rees at patricia.j.rees.civ@us.navy.mil by the specified deadline, while adhering to operations security requirements and avoiding the inclusion of classified information.
    AuriStorFS License & Software Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, is seeking proposals for the AuriStorFS License and Software Support under a Total Small Business Set-Aside. This procurement aims to acquire software licensing and support services for AuriStorFS, which is critical for data storage and management within military operations. The services will be performed in Washington, D.C., and are essential for ensuring the reliability and efficiency of IT and telecom storage products. Interested vendors should reach out to Cheryl Benthall at cheryl.l.benthall.civ@us.navy.mil or Kim Martin at kimberly.a.martin171.civ@us.navy.mil for further details regarding the submission process and deadlines.
    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.