Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
SPECIAL NOTICE

70 -- Notice of Intent to Sole Source

Notice Date
1/30/2012
 
Notice Type
Special Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS02-12-C-TTC418
 
Archive Date
2/28/2012
 
Point of Contact
Gloria A Uria, Phone: 571-227-2429
 
E-Mail Address
gloria.uria@dhs.gov
(gloria.uria@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
1/30/12 T he Transportation Security Administration (TSA) intends to negotiate a commercial sole source contract (as prescribed in FAR 6.302-1) with Id Solutions, Inc., 1035 Pennsylvania Avenue, Suite 13, Miami beach, FL 33130 for AFIS software, licenses and ongoing maintenance, ID Solutions, Inc., is the only known source that can satisfy the requirements of the government's Transportation Threat Assessment and Credentialing (TWIC) Program. The award will be made to procure additional licenses (searches) in support of the Automated Fingerprint Identification System (AFIS) software application which is an integrated component of the TWIC system. ID Solutions, Inc. owns the proprietary licenses for the ID Solutions AFIS software applications. The initial intent of TSA was to purchase sufficient licenses to accommodate the 1.2 million populations estimated for the TWIC Phase IV contract base period and four option periods (5 years). Since, then, the enrollment population has exceeded the two million mark. In anticipation of a contract award for TIM (deployment and system O&M) TSA has to increase the licenses by 3 million to meet the potential total of 5 million searches. In addition to licenses for additional searches, the ID Solutions AFIS produce does require an application upgrade to support the use of operation system memory and database search conversion tool to support the additional enrollment population. Each AFIS product uses a proprietary matching and storage algorithm. A non-competitive contract action is required because, if a different vendor product were to be used for TWIC Phase IV, the system would have to be modified to integrate the new software product, extensive testing would have be performed and documentation that is ready for C&A review would have to be rewritten. All the fingerprint templates generated during testing would have to be recreated. As such, ID Solutions is the only contractor capable of meeting the solutions. The future TIM contractor, who will ultimately provide the next infrastructure to support this program, has in its requirements, the task of providing an AFIS. Because the Government will be paying for the next generation of this work in the near future, any award to a company other than ID Solutions to provide an AFIS would result in duplicate costs to the Government for a system that would have short term use. The period of performance for this sole source contract will be for 12 months (base year) from the date of award, with (1) one year option and (two) six months options. Interested vendors may wish to seek subcontracting opportunities should contact the above company directly. Interested vendors may identify their interest and capability to respond to the requirement by emailing the points of contact below. This notice of intent is not a request for competitive proposals. However, all responses received within five days of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon 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. Gloria A. Uria Glo ria.uria@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS02-12-C-TTC418/listing.html)
 
Place of Performance
Address: Anapaolis Junction MD, United States
 
Record
SN02663288-W 20120201/120130233944-f9a9d157dace991f15100548e73c370c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.