SOLICITATION NOTICE
B -- Technical Support in the Area of Latent Fingerprints
- Notice Date
- 5/16/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-08-RQ-0309
- Point of Contact
- January Magyar,, Phone: 301-975-8801, Mario A. Checchia,, Phone: 301-975-8407
- E-Mail Address
-
january.magyar@nist.gov, mario.checchia@nist.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Contracting Office Address: Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES Description: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a separate written solicitation will not be issued. Solicitation Number SB1341-08-RQ-0309 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 541690 with a small business size standard of $6.5M. THIS REQUIREMENT IS RESTRICTED AND ONLY SMALL BUSINESS CONTRACTORS MAY SUBMIT A QUOTE. The NIST Information Access Division (IAD) has a requirement for advisement and assistance in formulating strategies for assessing automated latent search core technology, and assistance in the creation of tools (e.g., standards, datasets) needed to accomplish this. Independently and not as an agent of the Government, the Contractor shall provide services in accordance with the Statement of Work (SOW) below. ---BEGINNING OF THE STATEMENT OF WORK--- I.Background The Evaluation of Latent Fingerprint Technology (ELFT) Project, administered by the National Institute of Standards and Technology (NIST), Information Technology Laboratory (ITL), Information Access Division (IAD), Image-Group, requires Contractor support in the area of latent fingerprints. The goals of the ELFT project are to: 1) assess the current state-of-the art in automated (“lights-out”) latent fingerprint processing; 2) determine weakness in current matcher algorithms and, to the extent possible, determine their root causes; 3) provide definitions of standardized performance measures, including mathematical formulations and analysis; and 4) create/improve/characterize testing datasets. The required Contractor support covers all the above areas, though to varying degrees. The largest amount of effort is expected to be in the dataset area. These services will assist in guiding policies and procedures for automated latent fingerprint search developments that are both more effective and efficient. II.Contractor Qualifications The individual providing the services (to be referred to as the “Contractor”) shall have at least fifteen (15) years of experience in latent fingerprint technology and must have an in-depth knowledge of the following areas: 1)latent fingerprint types and methods of collection 2)challenges associated with the search and identification (“individualization”) of latent fingerprints 3)computer searches/automation of fingerprint searches 4)forensic data presentation 5)familiarity with how the FBI, other Federal Agencies, and local law enforcement utilize latent fingerprints 6)familiarity with Interpol and other international organizations using latent fingerprints 7)data interchange formats and their challenges III.Scope of Work The Contractor shall advise and assist in formulating strategies for assessing automated latent search core technology, and assist in the creation of tools (e.g., standards, datasets) needed to accomplish this. The eventual goal of the project is a more effective processing of latent fingerprint images via better automation and workflow. IV.Specific Tasks and Associated Performance Standards The required services fall into three categories: 1) technical reports on specified topics; 2) tutorials; and 3) ad hoc consulting. a)Task 1. Technical reports For each technical report, the Contractor shall coordinate approaches, procedures, criteria and recommendations with a working group specified by NIST. The working group may include representatives from other government agencies and from industry. The working group may consist of up to 20 people. The Contractor shall generate technical reports in Microsoft Word 2003. Draft reports are due within 45 days from the date of the request. NIST and the working group will review each report. All comments will be consolidated by NIST and forwarded to the Contractor for incorporation into a final technical report. Each final technical report is due 5 days from receipt of comments. Each report shall include an executive summary, table of contents, detailed description of latent fingerprint issues, procedures, conclusions, and recommendations. A separate technical report is required for the following topics: 1)Development of a systematic approach for latent image characterization and development of latent image quality metrics. 2)Detailed rules for specifying Region-of-Interest (ROI), to be used in creating ROI masks for latent searches; 3)Criteria for the definition/selection/prioritization of augment latent feature sets (e.g., CDEFFS). b)Task 2. Technical Presentations and Training Within ten (10) days from notification from the NIST Contracting Officer Technical Representative (COTR), the Contractor shall provide a technical presentation of each report and detailed training on procedures at NIST, Gaithersburg, Maryland. c)Task 3. Consultation The contractor shall provide up to forty (40) hours of ad hoc consultation in response to specific latent fingerprint topics requested by the NIST COTR. The contractor shall respond back to the NIST COTR within five (5) days from the date of the request for consultation. The response may be verbal, but must be followed up in writing as a hardcopy or electronic “white paper” within the time specified in this paragraph. It is anticipated that much of the work will be performed at the Contractors location. Tutorials and coordination meeting may require travel on the part of the Contractor to the NIST facility. The Contractor will be reimbursed for such travel at the customary rate. A budget of $1000.00 has been set aside for travel. V.Period of Performance and Location Work is to be performed The period of performance shall be 9 months from date of award with two (2) optional 12-month periods. Most of the work shall be performed at the Contractor’s facility and at NIST, Gaithersburg, Maryland for task 2. VI.Government-Furnished Property, Data, and Information •The Contractor will be provided with office space, desk, telephone, and personal computer in the NIST Gaithersburg facility. Such material will be provided no later than five (5) days following contract award. •The Contractor will also be provided, on an “as needed basis,” with access to sensitive but unclassified data. Such data may not be taken outside of the NIST facility. •The Contractor may have access to vendor proprietary data; in this event the Contractor will be required to sign an applicable non-disclosure agreement. •All material provided by the Government in the performance of this task remains the property of the Government and must be surrendered to the government upon completion or termination of this requirement. VII.Exhibits and Attachments •Additional information on the NIST latent fingerprint project is found at  http://fingerprint.nist.gov/latent/ VIII.Summary of Performance Requirements •A summary table of the outputs and performance requirements for each specific task included in the PWS are provided below Required OutputRequired ServicePerformance StandardMonitoring Method What is to be accomplished as an end result to this task order? What tasks must be completed to meet the task order requirements? What standards for completeness, reliability, accuracy, precision, timeliness, and/or quality will be utilized to measure the contractor’s performance? How will NIST determine that the contractor is performing in an acceptable manner? Task 1: Technical reports that will support the goals of the latent fingerprint technology project. Task 1: Coordination of technical reports with NIST and the working group. Task 1: Compliance with generally accepted technical writing standards; coordination with NIST and the working group; detailed analyses of latent fingerprint topics specified in the statement of work; and on time delivery of the reports. Task 1: The COTR will evaluate the technical reports for accuracy, completeness and compliance with technical writing standards. Task 2: Accurate and on-time delivery of technical presentations. Task 2: Generation of presentation material, including PowerPoint slides, and conducting technical presentations in a timely manner. Task 2: Presentations are clear, informative, and consistent with information provided in the corresponding technical report. Task 2: The COTR will evaluate the technical presentations for accuracy, completeness and on time delivery. Task 3: Timely analyses of latent fingerprint technology issues and topics.Task 3: Research designated issues or topics, and reporting back to the NIST COTR in a timely manner. Task 3: Detailed research and response to the request for consultation.Task 3: The COTR will evaluate the Contractor’s response for accuracy, completeness and on time delivery. ---END OF THE STATEMENT OF WORK--- PERIOD OF PERFORMANCE: This purchase order is for a base period of nine (9) months with two (2) optional additional 12-month periods. PRICE QUOTE: Please submit a firm-fixed price to complete this work and a fully burdened hourly rate and number of hours used to derive the price for the base period and each of the two (2) optional periods. THE TECHNICAL INFORMATION CONTACT (TIC): To be determined by NIST PLACE OF PERFORMANCE: Most of the work shall be performed at the Contractor’s facility and at NIST, Gaithersburg, Maryland for task 2. The resulting purchase order shall be negotiated on a firm fixed-price basis. The award shall be made on a best value basis. The best value evaluation factors while relatively equal are listed in order of importance, include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-25. The provisions and clauses may be downloaded at http://www.acquisition.gov/far/index.html. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.227-14, Rights in Data - General; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract and other appropriate clauses as needed. All interested contractors must be actively registered in the Central Contractor registration (CCR) database (www.ccr.gov); AND provide a completed copy of the Offeror Representations and Certifications. Responses are to be received electronically no later than 12:00pm, Eastern Time, on May 28, 2008. The electronic version shall be in the form of an email with attachments. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. Responses are to be emailed to January Magyar (January.magyar@nist.gov), Contract Specialist, NIST. Submit quotes arranged in three sections as follows: SECTION I – Approach: Which includes identification and qualifications of relevant personnel and technical management approach; SECTION II - Past Performance: For relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; SECTION III – Price: Firm fixed-price for the base period and two (2) optional periods for the required services. Each firm fixed-price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NIST's receipt of quote.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1dbd7149fe9f78917572c8a2af86165b&tab=core&_cview=1)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01575284-W 20080518/080516220858-1dbd7149fe9f78917572c8a2af86165b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |