Operations and Management of the Integrated Public Alert and Warning Systems (IPAWS) Lab Systems
1. Request for Information
The Federal Emergency Management Agency's (FEMA) National Continuity Programs (NCP) IPAWS Division is conducting market research on available vendors to provide the Integrated Public Alert and Warning System (IPAWS) Program management Office (PMO) with technical support and operations and maintenance of the IPAWS Lab systems, demonstrations in the lab and at various locations in support of IPAWS Program presentations at conferences and meetings, research, evaluation and technical implementation of alert and warning applications, systems, devices, and technologies that interface with IPAWS-OPEN in order to provide resilient emergency alert and warning capabilities to the nation. Background information and detailed performance objectives are provided below.
This Request for Information (RFI) is issued solely for information and does not constitute a solicitation. In accordance with the FAR 15.201(e), RFI's may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with this RFI response. For the purposes of this RFI, the term "vendor" refers to those members of the industry providing a response to this RFI. Payment will not be provided for information obtained in this RFI, nor will it be returned. Respondents will not be notified of the RFI assessment.
2. Background
The Federal Emergency Management Agency (FEMA) Integrated Public Alert and Warning System (IPAWS) Program was established to meet the requirements set forth in Public Law 114-143 and Executive Order 13407, and Public Law 93-288 The Stafford Act Section 202. Disaster Warnings, which require FEMA to develop, implement, maintain, and administer "an effective, reliable, integrated, flexible, and comprehensive system to alert and warn the American people in situations of war, terrorist attack, natural disaster, or other hazards to public safety and well-being." The program operates, maintains, and enhances the IPAWS-OPEN and NPWS information systems in order to provide alerting authorities at all levels of government, including the President of the United States, the ability to provide timely and effective emergency alerts, warnings, and emergency information to the public.
The IPAWS-OPEN system receives, processes, and transmits Common Alerting Protocol (CAP) messages from alert originator applications and systems and performs authentication, message format transformations, and routing, posting, and interfaces to multiple alert dissemination networks and technologies that deliver the alert and warning messages to the public. The two key alert and warning system interfaces include all radio and television providers that participate in the Emergency Alert System (EAS) and wireless/cellular network providers that participate in Wireless Emergency Alerts (WEA).
The FEMA IPAWS PMO operates laboratory spaces at the Naval Support Activities South Potomac base in Indian Head, MD. The lab space consists of two structures which contain the IPAWS/NPWS lab spaces, technical areas with workbenches, offices, conference room, break room and restroom facilities. The majority of the required effort will take place at the IPAWS Lab located within these structures.
3. SCOPE
In the context of market research, FEMA is requesting information about the availability of vendors to support the following draft performance objectives. The IPAWS-OPEN is a vital alert and warning component maintained and operated by the IPAWS Program. The IPAWS Program maintains an operational IPAWS Laboratory where duplicates or approximations of the IPAWS-OPEN and other alert and warning systems are installed and used to conduct demonstrations, exercises, testing and evaluation of interconnecting and interfacing alert and warning applications, systems, devices, and technologies, to assist authorities that send alerts and warnings with education, training, tests and exercises of alerts and warnings, and to assist vendors of compatible alert/warning applications with independent validation and verification (IV&V) of compatibility with IPAWS. The IPAWS Lab is used to host and support training for alerting authorities both in person and virtually, support of mass notification application system vendor testing for exercises with IPAWS stakeholders, and for testing purposes. The IPAWS Lab is available to federal, tribal, territorial, state, and local alerting authorities to test and train on the use of IPAWS-OPEN.
IPAWS-OPEN is routinely tested by the IPAWS Program in order to ensure system capabilities and readiness.
The IPAWS PMO requires technical support for the IPAWS Lab. The scope of the resulting contract may include technical support services necessary to operate, maintain, demonstrate, test and exercise IPAWS-OPEN lab components, assist authorities and vendors with testing, IV&V, and training of IPAWS compatible systems and applications, and assisting the IPAWS Program with exploration of future alert and warning technologies to integrate with IPAWS-OPEN. The contractor will work with the IPAWS PMO and stakeholders to identify alert and warning system assessment opportunities, conceptualize implementations, and propose scenarios for exercise, testing, and training to maximize public alert and warning IPAWS PMO objectives.
PERFORMANCE OBJECTIVES:
The IPAWS PMO seeks contract support to maintain and operate the IPAWS Lab and its system components, support IPAWS Program demonstration, testing and evaluation of the EAS, WEA and other applicable alert and warning applications, devices and technologies, and provide education, training, and alert and warning system test and exercise assistance to federal, state, local, territorial, and tribal authorities. The Contractor shall provide the following services, products, and solutions to achieve this objective:
1. Operations and Maintenance Support - The IPAWS Lab supports ongoing maintenance and exercise of the alert and warning systems and components in the lab to ensure its readiness and availability. The Contractor shall provide the following services:
a. Provide systems maintenance, configuration, updates, testing, troubleshooting, patching, hosting, and monitoring for:
i. IPAWS-OPEN Lab cloud hosting environment.
ii. Wireless Emergency Alerts (formerly known as the Commercial Mobile Alert System or CMAS) federal gateway and commercial mobile service provider (CMSP) gateway and compatible WEA capable cellular devices, including pico and nano cells.
iii. EAS devices and equipment, such as Sage ENDECs, Monroe DASDEC, TFT and Gorman Redlich EAS encoder/decoders, etc.
iv. Mass notification systems and applications such as AlertSense, CodeRed, EverBridge, EMNet, Monroe DASEOC, alert and warning devices such as Alertus, AlertFM, sirens, NOAA Weather Radios, etc.
b. Provide expert troubleshooting and recommendations for alert and warning systems in the lab and interfacing with IPAWS-OPEN
c. Support functional and operational field tests, demonstrations, exercises related to public warning systems
d. Procure, provision and maintain necessary laboratory equipment, alert and warning devices, systems, applications, and licenses, Internet Protocol (IP) voice, video and data systems and networking equipment, Audio Frequency Shift Keying (AFSK) modulation equipment, television cable head-end equipment, broadcast audio and video equipment, AM and FM broadcast equipment, cell phones and cellular network equipment, as funded and requested by the IPAWS PMO
e. Support and assist with coordination and visitor entrance to the base between the IPAWS PMO, Lab visitors and Navy Security
f. Ship, truck, receive and handle all incoming and outgoing packages, parcels and shipments, as necessary and requested by the Government to support program demonstrations and testing activities at conferences, meetings, state/local alerting authority offices and field locations.
2. Technical Support - The Contractor shall provide to the IPAWS PMO technical support in the following areas:
a. Support training initiatives with federal, tribal, territorial, state, and local alerting authorities and agencies. This support requires familiarity with basic emergency management concepts, public warning concepts and experience with managing and coordinating engagements with these levels of government
b. Provide technical alert and warning assistance to state, local, territorial, tribal, and federal authorities for effective use of public alert and warning systems, and support in identifying system assessment opportunities, conceptualize implementations, and proposing scenarios for exercise, testing, training that supports the success of IPAWS PMO objectives. Support requires familiarity and knowledge if IPAWS-compatible public warning products and solutions
c. Provide technical and administrative support to review and evaluate IPAWS user alert/warning plans and procedures and validation of a user's ability to successfully send a compliant alert/warning message through IPAWS-OPEN to activate EAS, WEA, and other IPAWS connected dissemination channels. Maintain record of user tests and requests for lab support available for IPAWS PMO user administration purposes
d. Provide technical assistance to vendors of IPAWS-related alert and warning applications, systems, devices and evaluation and recommendations to improve alert and warning systems. This assistance requires familiarity with IPAWS-OPEN integration, Common Alerting Protocol, security recommendations and serve as a liaison between IPAWS public warning customers, IPAWS PMO and system integrators and vendors to improve end-user workflow and adherence to IPAWS-adopted standards and protocols
e. Perform system assessments and evaluations of public warning systems and tools
f. Provide technical support at industry-related conferences, meetings, and working groups with IPAWS demonstrations and discussions. This support includes the installation and setup of IPAWS-related devices where a minimum of two support personnel will be needed. A minimum of 10 events with an average of three (3) days in duration shall be considered when providing these services at locations other than the IPAWS Laboratory in Indian Head, MD. These locations include, as an example:
New York, NY
Miami, FL
San Juan, PR
San Francisco, CA
Chicago, IL
Albuquerque, NM
Casper, WY
Honolulu, HI
Anchorage, AL
Las Vegas, NV
g. Maintain a permanent IPAWS demonstration environment that includes, Message Origination, Message Processing and Message Dissemination; Host IPAWS meetings, working groups and demonstrations at the Lab facilities and other locations
h. Provide technical support to cloud hosted infrastructure to include planning, procuring, operation & maintenance, sustainment, and hosting demonstration environment with cloud service providers (CSPs) as directed by the IPAWS Program, as needed
i. Support government to enhance public alert and warning in future development of technologies to include internet-based applications and devices, Common Alerting Protocol and cellular technologies at the direction of the IPAWS Program, as needed
j. Provide technical support with CAP-based alert and warning systems and applications, Emergency Alert System (EAS) devices, state and local EAS relay networks, Wireless Emergency Alert (WEA) systems and devices, and CAP-based alert and warning systems and applications. This technical support will include the conduct of testing of, at least, three (3) IPAWS-related public warning products per year to assess compatibility and integration with IPAWS-OPEN and WEA. The majority of this support will be conducted over telephone and web conferencing. This support requires knowledge in these public warning technologies
k. Provide technical support in determining systems compliance with FCC rules and regulations governing the EAS and WEA
3. Project Management - The Contractor shall provide management oversight of activities, schedules, milestones associated with all objectives in this SOW.
a. Coordinate with the PMO to ensure objectives remain within projected timeframes and budgets
b. Host weekly meetings to review progress of objectives, capture meeting minutes, and track action items
c. Provide weekly activity reports
d. Provide Microsoft Project schedule and monthly updates
e. Manage daily functions of the IPAWS Lab
f. Coordinate with the FEMA IPAWS PMO to modify this contract as necessary based on additions and/or modifications to this statement of work
g. Provide status of funding within each Monthly Status Report.
h. Develop and maintain a well-rounded and skilled team with technical expertise in alert and warning tools, system networking, and radio/television broadcast.
i. Communicate orally and in writing with the public/outreach initiatives (e.g., the private and public sector, and interaction with high level federal, state, local, territorial, and tribal officials).
4. How To Respond
Interested vendors are requested to provide a response that addresses the following topics and questions.
1. Cover Letter - RFI submissions should include a cover letter with the following information:
a. Point of Contact information and email
b. Your company's GSA Schedule contract number(s) (if applicable)
c. Responder's business type and size
d. Company name and address and NAICS Code(s)
2. Capability Statement - Provide a capability statement demonstrating relevant experience, skills, and ability to fulfill the Government's requirements for the performance objectives above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages.
a. Please indicate your experience, skills, and capabilities to provide the required services
b. Please provide any comments on the scope, performance objectives, or acquisition strategy
3. FEMA would prefer detailed responses to the information requested in this RFI, rather than general sales or marketing material. The page limit suggestion for responses is ten (10) letter sized (8.5 x 11) pages in length using the standard margins and font. Responses should clearly and directly address vendor capabilities in all performance objectives
All responses are to be submitted electronically to the FEMA Contracting Officer at Thomas.crouch.3@fema.dhs.gov, and are requested by March 29, 2019.
THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre- solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two responsible businesses by the response date or if the Government determines that no small business concerns are capable of performing this requirement based upon an evaluation of the capability statements submitted, the Government may proceed with a full and open competition. NO TELEPHONE REQUESTS WILL BE ACCEPTED.