SOURCES SOUGHT
99 -- Department of Defense (DoD) Biometrics Mobile Automatic Biometrics Identification System for the Republic of Bulgaria
- Notice Date
- 11/12/2014
- Notice Type
- Sources Sought
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN15R2810
- Response Due
- 11/26/2014
- Archive Date
- 1/11/2015
- Point of Contact
- Akiba T Muldrow, 6095624914
- E-Mail Address
-
ACC - New Jersey
(akiba.t.muldrow.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The purpose of this announcement is to gain knowledge of the interest, capabilities and qualifications from industry and the Small Business community. The type of solicitation will depend upon the responses to this sources sought announcement. The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Project Manager (PM), Department of Defense (DoD) Biometrics Mobile Automatic Biometrics Identification System for the Republic of Bulgaria - Ministry of Defense is hereby issuing a sources sought announcement. The Ministry of Defense of the Republic of Bulgaria (BGR) have identified a requirement for a mobile automatic biometric identification system to support the Bulgarian Military Police (MP) in support of North Atlantic Treaty Organization (NATO) led operations. The identified Bulgarian Mobile Automatic Biometrics Identification System (B-MABIS) will enable collection, storage, search, sharing of fingerprints, iris and facial images along with latent prints and contextual data. The site locations for the system will be implemented in three Bulgaria locations. The identified sites are Sofia, Plovdiv, and the Novo Selo Training Area (NSTA). The components for the system include the following: Medium Size Tower with installed software and licenses configured with European power plug, 18.5 quote mark Flat Panel Monitor, Case protected Mobile Workstations, Multifunctional handheld device with installed software and licenses for biometrics data that includes fingerprints, iris, and face, Accessory Kit for handheld devices which includes battery charger with European power plug, Configurable and scalable web server, Backup and Recovery software for server, Central Repository for Electronic Fingerprint Transmission records, Spare Batteries for the handheld devices. A standard one-year warranty or better; provide additional warranty coverage to cover the repair or replacement of broken workstations/laptops/servers due to accidental damage. The anticipated period of performance will be for one (1) base period of 12 months from date of award. Please note that a condition of this requirement is to be Federal information Processing Standards (FIPS) 201 and National Institute of Standards and Technology (NIST) Certified. In accordance with FAR Part 19, the government seeks maximum practicable opportunities for small business participation for this acquisition. Interested small business concerns that are qualified as a small business concern under The North American Industry Classification System NAICS code most likely will be 334118. The Small Business Size Standard for this NAICS code is 1000 employees. Please submit capability statements to include a delivery schedule and warranty information (not to exceed 25 pages) for Hardware/Software Support required in the draft B-MABIS PWS. A draft B-MABIS Performance Work Statement will be posted with this announcement. SUBMISSION REQUIREMENTS: Interested parties are requested to provide an information package consisting of the following: A. The contractor submission to the items in this announcement shall be limited to 25 pages, (including the cover page and appendices). In addition all information submitted to ACC-NJ POC must reference the solicitation number. Submit your document in electronic format (i.e. Microsoft Word or Adobe Acrobat compatible) to the ACC-NJ POC stipulated herein. B. Profile of your company, including point-of-contact, product and service offerings, current Government contract vehicles (include contract # and name of vehicle), revenue for the last three (3) years, number of employees, and a certification regarding current small business status under NAICS Code (i.e. certified small business, 8(a), HUBZONE, woman-owned small business, veteran owned, small disadvantaged business, service disabled veteran owned, etc.) C.Describe corporate experience and/or past performance in the following ten areas. For each area that a vendor has specific experience, please cite the customer, contract effort (including contract number and total dollar value), and indicate whether your company participated as the prime or subcontractor. (1) A description of the relevant Biometric background, experience, and skills of your company's projected personnel to perform and meet all elements of Republic of Bulgaria's draft Performance Work Statement and the earliest the delivery schedule can be provided after contract award. (2) State the products capability to compensate for failing to meet all the requirements in the draft PWS by offering other advantageous features or performance. (3) Provide feasibility and potential cost of modifying the offered product to meet the stated needs. (4) Provide information regarding the offered product's design stability, prospects for future flexibility in current design and impact on the product to be delivered during the term of the contract. (5) Provide distribution and logistic support capabilities, and access to qualified personnel. (6) State any other information that clearly demonstrates the respondent's relevant Biometric capabilities, expertise, and experience are readily accessible to perform the requirements, to include verification of Federal information Processing Standards (FIPS) 201 and National Institute of Standards and Technology (NIST) Certification. (7) Include in your responses a statement on the commerciality of your capabilities. Please indicate how they meet the definition of a commercial item/service as defined in accordance with FAR 2.101. (8) Indicate if your capabilities are provided on an existing GSA schedule and if so please indentify the schedule and contract number. (9) Provide any current commercial products that meet the Government requirements for international sales. (10) State if the product(s) is on the GSA Schedule and provide the GSA Schedule Number. D.Contractors are responsible for all costs for submitting their capability packages. The POCs for this requirement are: Linda Chant at linda.f.chant.civ@mail.mil, and Akiba Muldrow at akiba.t.muldrow.civ@mail.mil. All capability packages must be electronically submitted to the POCs by 26 November 2014 by 4PM EST. IMPORTANT NOTICE TO VENDORS: A.Be advised that pre-solicitation correspondence (i.e. Q&As, messages, etc.) are solely to aid the potential offerors. If you find any discrepancies between communication dialog and any forthcoming contractual document (i.e. solicitation, Price Model, etc.), the contractual document shall prevail. B.This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government reserves the right to use the 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 requirements. Respondents are advised that the Government is under no obligation to provide feedback to respondents or request any additional information from respondents with respect to any information submitted. C.After review of the responses received, a pre-solicitation synopsis and solicitation may be published on Federal Business Opportunities (www.fedbizopps.com). Moreover, a response to this notice will not be considered as an adequate response to any future solicitation. D. If you submit proprietary information, you must clearly mark quote proprietary quote mark on every sheet containing such information and segregate the Proprietary information to the maximum extent practical from other portions of your response (e.g. use an attachment or exhibit). Respondents are responsible for adequately marking Proprietary information in their response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/151c83aa7c14ce770ef4d37fd415a680)
- Record
- SN03571267-W 20141114/141112234358-151c83aa7c14ce770ef4d37fd415a680 (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 |