IGS System Services
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Jul 26, 2022 02:01 pm EDT
- Original Response Date: Jul 29, 2022 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
- NAICS Code:
- 811212 - Computer and Office Machine Repair and Maintenance
- Place of Performance: USA
Description
The Federal Emergency Management Agency intends to negotiate on a sole source basis (IAW FAR 6.3) with Mutualink, 1269 South Broad Street, Wallingford, CT, 06492, as the only responsible source that can provide support services for the FEMA IGS System.
Mutualink is uniquely qualified to provide these services for FEMA. The solution that is currently being utilized is only provided by Mutualink and is based on proprietary code written by Mutualink. The system is a one-ofa-kind interoperability gateway that combines radio, phone, video, file sharing, and text messaging and live video streaming. IGS is a proprietary system and changing vendors at this time would severely impact FEMA’s continuity network. There is currently 27 fully operational nodes, and 10 Mobile Kits in our current network. The scope of the FEMA IGS Primary Hub Interdomain Services includes the required software, configuration, and deployment to securely interconnect the primary Mt. Weather IGS Hub system with the commercial Mutualink IRAPP system for visibility and interoperability between IGS and IRAPP. The scope of the FEMA IGS Active/Active Redundancy Services includes the required software, configuration, and deployment to support Active-Active Redundancy Services between the primary and secondary LNK360 Servers. Mutualink will also support the Modernization of the IGS Network Management Service and Key Distribution Service (NMS/KDS) Server, IGS Edge Server at the Region 6 Secondary IGS Hub and Interdomain Services.
This acquisition is being conducted under commercial acquisition procedures (IAW FAR 12). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 811212. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, sufficient to determine capability in providing the same product and services. All capability statements received by the closing date of 29 July 2022 will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Erin Cotter at erin.cotter@fema.dhs.gov. Statements are due by 1200 EST, 29 July 2022. No phone calls accepted.
Attachments/Links
Contact Information
Contracting Office Address
- P.O. BOX 129
- BERRYVILLE , VA 22611
- USA
Primary Point of Contact
- Erin Cotter
- erin.cotter@fema.dhs.gov
Secondary Point of Contact
History
- Aug 13, 2022 11:55 pm EDTSpecial Notice (Original)