SOURCES SOUGHT
70 -- Credential Badge Printing and Laminating
- Notice Date
- 4/9/2013
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223, United States
- ZIP Code
- 20223
- Solicitation Number
- 373211
- Archive Date
- 5/25/2013
- Point of Contact
- Andrew J. Baker, Phone: 2024066830
- E-Mail Address
-
andrew.j.baker@usss.dhs.gov
(andrew.j.baker@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. The United States Secret Service (USSS) is requesting information regarding the availability and feasibility of alternatives to meet our credential badge printing and laminating needs while improving the security, flexibility, and operational efficiency of National Security Special Events (NSSE). This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government does not intend to award a contract on the basis of this request nor to pay for the information. Although "proposal" and "offeror" may be used in this RFI, your response will be treated as information only. It shall not be used as a proposal and the Government cannot accept it to form a binding contract. Further, the USSS is not at this time seeking proposals and will not accept unsolicited proposals. All costs associated with responding to this RFI will be solely at the responding party's expense, except as stated above. Vendor responses should not exceed twenty-five (25) pages. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (www.fbo.gov) site for additional information pertaining to this effort. 1.0 RFI Objectives 1.0 The USSS is in the process of reviewing its current requirements, processes, and capabilities as it relates to credential printing and laminating alternatives in support of USSS operations. The agency is exploring a wide range of possible credential printing and laminating solutions for several different but related needs. This RFI seeks to obtain information from the vendor community about potential solutions to efficiently create 1) high-quality, 2) multi-purpose, 3) secure credentials, which, over time, should be 4) adaptable to allow for additional options and enhancements. Vendors are encouraged to identify and provide any unique solutions and ideas (including innovative processes) that will result in more effective/efficient printing and laminating operations. 2.0 Background The USSS plays a critical role in meeting the Department of Homeland Security (DHS) missions as defined in the Quadrennial Homeland Security Review Report (February 2010). In accordance with Title 18 United States Code (USC) section 3056, the USSS is mandated to protect the President, the Vice President, their immediate families, former Presidents, national leaders, visiting foreign heads of state, major Presidential and Vice Presidential candidates, and designated events, and safeguard the nation's currency and financial payment systems. In support of these responsibilities, USSS has developed a credentialing system to facilitate and streamline the vetting of attendee data. Once the information is vetted, USSS produces a credential for the individual attending the specific event. This credential allows security officials to quickly determine if a person is authorized access to a specified event/venue and indicates the areas within that event/venue that the individual is authorized to access. The USSS is seeking a more automated credential printing, lamination, and cutting capability to streamline credential production. Wherever possible, the USSS wishes to take advantage of business process automation to efficiently and effectively manage physical identity management processes. 3.0 General Requirements The desired capabilities include the ability to produce a large quantity of high quality secure credentials. The USSS needs an efficient and established high volume distributed credential production/issuance system that is easily scalable, lowers operational and service costs, improves security, and optimizes credential output. Desired capabilities do not include command and control functions or activities nor is it strictly intended to replace existing agency credentialing systems or be an authoritative source for personnel data. The desired capabilities include the following: o Must have deployable or centralized (or combination thereof) capability to produce and deliver secure, tamper proof, multi-color, dual-sided laminated credentials of varying sizes, at a rate averaging 50,000 personnel over a 1-2 week period and with peak demand of up to 120,000 people in a 2-3 week period. o Must address support services to include products and supplies for credentialing to produce high-quality, personalized, secure physical passes. o Needs to utilize USSS-provided credentialing data, while guaranteeing that the information's confidentiality and integrity are maintained in a way that ensures that the USSS retains full control of all of the data provided for the credentialing process. Data will not be retained between events unless specifically requested to do so by the USSS. o Must present options for physical (e.g. hologram lamination), proximity card, smart card and RFID, or visual personalization (picture), or any combination of these elements. o Must include support for "last minute" changes and on-site corrections or modifications to an attendee's information, privileges, and access requirements. o In addition to the capability described above, the USSS is interested in obtaining general characteristics to the extent available such as:  Information about testing, test methodology, data, and results to validate performance and Information Assurance/Security claims.  Performance and interface characteristics.  Other government organizations (local, state, or federal) that use your service and the durations of those contractual relationships.  Availability of strategic sourcing vehicles and/or General Services Administration (GSA) schedules or Government Wide Agency Contracts (GWACs).  Pricing data from existing service catalogs related to the products and services for purposes of cost estimation. 4.0 Acquisition Strategy The USSS acquisition strategy alternatives are still under development. The acquisition strategy will be partially dependent upon the solutions/alternatives presented as a result of this RFI. 4.1 Inquiries Those who wish to submit questions concerning this RFI may do so by e-mail to the Contracting Officer, Cheryl Bernhard, by way of her Contract Specialist at andrew.j.baker@usss.dhs.gov by Friday, April 26 2013, 1:00 p.m. EDT. Please include the RFI number in the subject line. All questions and answers will be made available via an amendment to the RFI posted on the Federal Business Opportunities website (www.fbo.gov) no later than one (1) week before the due date for RFI responses. While parties that are interested in this project are requested to provide written responses which discuss their technical solutions and the feasibility of their approach, written responses may include other alternatives and solutions for USSS consideration. Written responses will not be returned and become the property of the USSS. 4.2 Instructions for RFI Responses Responses must be submitted electronically to the e-mail address below: United States Secret Service Office of Procurement ATTN: Cheryl Bernhard, Contracting Officer, c/o Andrew J. Baker EMAIL: andrew.j.baker@usss.dhs.gov The response should be no more than twenty-five (25) pages in length, must be no larger than 5 megabytes, and should use font size 12 or larger. Should a vendor experience difficulty in transmitting its response, e.g. file size limitations, one must immediately contact andrew.j.baker@usss.dhs.gov. Proprietary information submitted in response to this RFI will be protected from unauthorized disclosure as required by the Federal Acquisition Regulation (FAR). All proprietary markings should be clearly delineated; the respondent shall identify where data is restricted by proprietary or other rights and mark it accordingly. The format for the RFI responses is further described as follows: Cover Page: The cover page shall contain (1) Company Name, (1a) Company Address, (2) Primary Point of Contact for the RFI, (2a) Phone Number and (2b) Email Address, (3) Cage Code, (4) DUNS, (5) NAICS Code, (6) Business Size, and (7) Federal Supply Schedule (FSS) or other strategic sourcing vehicle contract number, if applicable. Introduction: Provide a brief description of existing capability to perform the requirements or provide proposed Statement of Work language for the services and/or any proposed solution. In the event your company chooses to provide information subject to inclusion in a future RFP Statement of Work (SOW), clearly identify those portions and provide any appropriate authorizations for release of that portion of information within any subsequent RFP SOW issued by the USSS, exclusive of any proprietary markings. Technical Capability: The respondent's technical ability shall describe the services and/or any product solution(s) or dataset for the areas described in Paragraph 3.0 of this RFI. The responses should include an overall description of the proposed services and/or any product solution(s) and provide technical data and a demonstrated ability for those areas identified. The descriptions should include schedule information for delivery of services and/or product(s); and the technical rationale for providing these to the USSS. Interested parties should provide information on their ability to use existing assets or procure, customize/configure, maintain and/or provide technical support for the resources needed to provide the proposed services and/or product(s). Interested parties should also describe technical benefits of their proposed services and/or product solution(s) in terms of existing technologies or resources, improvements/enhancements, cost efficiencies of their specific approach, and any other support capabilities that provide service and/or product excellence or uniqueness. Organization Experience/Past Performance: Provide a brief description of your organization's experience in providing the same or similar services and/or product solution(s) to both commercial and government organizations; and optionally up to three references for same or similar services and/or any product solution(s) should be provided. NOTE: Not responding to the RFI does not preclude participation in any future RFP. If a solicitation is released, it will be issued via the Federal Business Opportunities website (www.fbo.gov). It is the responsibility of the potential offerors to monitor this website for any information that may pertain to this RFI or a future RFP. The information provided in this RFI and its amendments are subject to change and are not binding on the USSS. Participation in this effort is strictly voluntary. The purpose of this RFI is to assess vendor capabilities and interest. Review of the responses to the RFI will focus on the vendor's technical capability to provide a quality solution, corporate experience/past performance for same or similar activity with commercial activities or government agencies, and responsiveness to the RFI objectives and requirements. 4.3 RFI Response Due Date Respondents must submit their responses via a single email in pdf format no later than Friday, May 10, 2013, 1:00 p.m. EDT. 4.4 Clarification of RFI Responses To fully comprehend the information contained within a response to this RFI, there may be a need to seek further clarification from those respondent(s) identified as capable. This clarification may be requested in the form of brief verbal communication by telephone; written communication; electronic communication; or a request for a presentation of the response to a specific USSS group or groups. The USSS reserves the right to seek additional information from those vendors identified with unique solutions that are determined to be beneficial to the USSS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/373211/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20223, United States
- Zip Code: 20223
- Zip Code: 20223
- Record
- SN03032374-W 20130411/130409234815-513d08834af78bfe82dfb3e249c0e086 (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 |