SOURCES SOUGHT
D -- Handheld Biometric Devices
- Notice Date
- 6/10/2015
- Notice Type
- Sources Sought
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of Justice, United States Marshals Service, Infrastructure Support Branch, U. S. Marshals Service, 9th Floor, CS3, FSD, 2604 Jefferson Davis Highway, Alexandria, Virginia, 22301-1025, United States
- ZIP Code
- 22301-1025
- Solicitation Number
- USMS-IOD-16-01
- Archive Date
- 7/28/2015
- Point of Contact
- Donnell R. Sam, Phone: 202/305-9422
- E-Mail Address
-
donnell.sam@usdoj.gov
(donnell.sam@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- The United States Marshals Service (USMS) - Investigative Operations Division (IOD) is seeking sources for a Biometric Device. The device will be used to conduct tactical inquiries in the field when investigators encounter individuals whose identity cannot be immediately determined because of a lack of identification credentials, due to purposeful attempts to mask their identity, or confirmation of identity during arrest operations. This is a Request for Information (RFI) only, as defined in FAR 15.201(e), to obtain information about pricing, delivery, capabilities, and other market information for planning purposes. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Responses will help the USMS with its market analysis of products of this nature. The suggested North American Industrial Classification System (NAICS) code for this potential effort is 334119. This Request for Information (RFI) does not constitute any obligation by the Government to award a contract based on the findings of this RFI; however, the information will be used in the assessment of capable sources and if a Commercial Item Determination is appropriate. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. PERFORMANCE CHARACTERISTICS AND ATTRIBUTES: The biometric device shall have the following performance characteristics and attributes listed below. The response to the RFI shall provide information for each item listed. • FAP 45 or higher fingerprint scanner (capable of accepting two slap prints at one time) • Device must be able to conduct a quality check of fingerprints captured and identify if duplicate prints are taken. • Software must allow for separating fingers for capture to allow for single fingerprint capture. • Software must allow for selecting missing, deformed, or unprintable fingers. • Fingerprint capture must be able to operate-capture in direct sunlight. • Device must be capable of taking a photograph of capture subject. Must have a camera. • Device must be capable of producing an EBTS compliant message, specifically a Criminal Action Required (CAR) transaction. • Open Configuration for scanning software (USMS needs access to change fields, database names, location, etc... in the installed software) • Needs to support TLS, and SMIME • Needs to support encryption and decryption of submission and response to the device. • Needs to support.pdf,.doc,.docx,.txt file extensions • Needs to support multiple user profiles • Must be able to integrate into the current USMS back end system (Oracle database backend, also using POP3 to transfer) • Must be able to receive separate quires from different databases (transmit as one package, receive separately and display separately). • Must be smaller than 3.5" wide, 3" thick, and 7" in length. • Must have water resistance • Must have dust resistance • Must have at least a 4 foot drop rating. • Must be capable of wifi, and cellular connectivity. • If the device has Bluetooth it must be able to be disabled. • Must have a 4 hour battery life with the system in operational mode (collecting fingerprints). • Must have a system for attaching a stylus, or have one already integrated, or capable of touch screen use with gloves. • Must be on the IAFIS Certified Products List. • Must meet CJIS security requirements. • System must allow for USMS security software to be installed without interfering with the operation of the fingerprint capture software application. • System must allow for push updates for remote updating and software patches. • Remote connection capable for troubleshooting and upgrades. • Must allow internal hard drive to be encrypted. • User interface must be simple and require little to no training to operate. You may also provide product literature showing photographs of your biometric device, additional product information, and cost for a single device. Also please note any quantity discounts given for increased ordering amounts of 10, 25 and 50 devices. In addition to the above, all responses shall include the following: 1. Company Point of Contact: Company Name and Address: Point of Contact: Phone Number: Email Address: 2. Please identify your company's small business size standard and primary North American Industrial Classification System (NAICS) code selected, DUNS and TIN. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Small Business (SB) Concern, Small Disadvantaged Business (SDB), 8(a) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business /Service-Disabled Veteran-Owned Small Business 3. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 4. Is your company planning on business arrangements, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the effort? If so, please explain. 5. Does your firm have a General Services Administration (GSA) Schedule Contract? If so, please provide the GSA Schedule No. 6. Also, if your company has a GSA Schedule Contract, may Biometric Devices be procured under this contract? 7. Is your company currently providing similar items to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. 8. THE FOLLOWING QUESTIONS 8A - 8C ONLY APPLY TO SMALL BUSINESS RESPONDENTS. 8A. If you identify your company as a Small Business or any of the small business subcategories then is your company interested in a prime contract? 8B. Under the current small business recertification regulations, do you anticipate your company remaining a small business under the selected NAICS code? 8C. If you are a small business and plan to be a prime contractor on this effort please inform how you will meet the limitations on subcontracting in accordance with FAR 52.219-14. 9. PROGRAMMATIC INFORMATION Respondents are also asked to supply the following programmatic information about their organization and Biometric Device: a. Identify if the Biometric Device being proposed has an NSN number assigned. b. Identify any additional costs associated with producing a device of this nature? c. If requested, can your firm provide a sample device for Government test and evaluation? d. Will there be any costs associated with a sample device? e. Identify the lead time to deliver two to three units for evaluation. f. Identify the monthly production capacity of your organization without any further increase in labor or production facilitation. g. Identify any previous application of the Biometric Device in domestic or overseas military operations, or industrial technologies. h. Identify the technical specifications and interface control documents that would be delivered at no additional cost to the Government upon delivery of the Biometric Device being proposed in the response to this sources sought. i. Identify warranty terms and conditions related to procurement and maintenance. Responses to this RFI are limited to 30 double-spaced pages with one inch margins using standard letter-size 8 inch x 11 inch paper. The page count includes any title page and all requested information. The font for text should be Times New Roman 12-point or larger. Marketing information is NOT acceptable in the response. Endorsements from elected officials at the federal, state, and/or local level are NOT acceptable in the response. Through the results of the market survey, the Government hopes to gain a better understanding of the capabilities of small businesses companies as potential sources. To make an appropriate acquisition decision for this effort, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. It is anticipated that the results of the market research may result in the procurement of a Biometric Device in 2016. This is NOT a request for proposal. This Request for Information (RFI) is for informational purposes only. It is not a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings of this RFI. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. Please provide responses to the following no later than July 13, 2015 4:00 est. Responses are to be emailed to: Donnell Sam @ Donnell.sam@usdoj.gov Bryan Gillespy @ Bryan.gillespy@usdoj.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/HQ002/USMS-IOD-16-01/listing.html)
- Place of Performance
- Address: United States Marshals Service, Landover Operations Center, Landover, Maryland, 20785, United States
- Zip Code: 20785
- Zip Code: 20785
- Record
- SN03759242-W 20150612/150610234853-77cf38ffe6f647ac35fb048265fda50e (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 |