Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2016 FBO #5489
SOURCES SOUGHT

70 -- Software Support Maintenance in support of DoD MORPHOTRUST Enterprise ABIS Liscense

Notice Date
12/1/2016
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
 
ZIP Code
22331
 
Solicitation Number
W909MY-17-R-J005
 
Archive Date
1/3/2017
 
Point of Contact
Jennifer W. Elkins, Phone: 7037040823, Jeannie Kang, Phone: 7037040828
 
E-Mail Address
jennifer.w.elkins.civ@mail.mil, jeannie.r.kang.civ@mail.mil
(jennifer.w.elkins.civ@mail.mil, jeannie.r.kang.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF PROPOSED CONTRACT ACTION (NOPCA/SOURCES SOUGHT) Software Support Maintenance in support of the DoD MORPHOTRUST Enterprise ABIS License This is not a solicitation. U.S. Army Contracting Command - (ACC-APG) Belvoir Division, intends to award on a sole source basis a firm-fixed-price contract for the follow-on software support maintenance in support of the DoD MORPHOTRUST Enterprise ABIS License. The purpose of this Market Research is to identify potential sources that have the skills, experience, knowledge, and capabilities to manufacture and deliver the following: Product Manager Biometrics Enabling Capability (PM BEC) is responsible for executing the system life cycle management responsibilities for the Army's enterprise biometrics solution for ingesting, storing, processing, matching, sharing, and managing national biometrics resources for adversaries and neutral/unknown/non-aligned population groups across the full range of military operations. These capabilities are currently provided by Department of Defense Automated Biometric Identification System (DoD ABIS) which serves as the central, authoritative enterprise repository for biometrics data collected in the field from known and suspected terrorists, along with persons of interest to the DoD. The proposed contract action is for software support maintenance in support of the DoD MORPHOTRUST Enterprise ABIS License for which the Government intends to solicit and negotiate with only one source IAW 10 U.S.C. 2304(c)(1), Only One Responsible Source as implemented by FAR 6.302-1. The North American Industry Classification System (NAICS) code is 511210 - Software Publishers. The identified software support application is integral to maintaining system operations and is the core matching software used in DoD ABIS, which is the DoD authoritative biometrics system. The MORPHOTRUST ABIS search core application is a Commercial-Off-The-Shelf (COTS) biometrics matching capability that includes propriety algorithms for finger, face, palm, iris, and latent biometrics. The DoD ABIS program is built around the MORPHOTRUST ABIS COTS product and will not operate without the MORPHOTRUST ABIS search core application. Without proper maintenance, the software may not provide prompt, accurate biometrics identification of persons of interest through the DoD ABIS platform. The Army's lack of complete specifications and data precludes use of Full and Open Competition procedures to satisfy this requirement. MORPHOTRUST USA, Inc. is the only vendor known to the Army to be capable of performing because, as the OEM, it has the required knowledge, expertise, and complete data to do so. If a firm believes it is capable of meeting the Government's requirement, it may identify their interest and capability to the Contracting Officer, Ms. Jennifer Elkins at Jennifer.w.elkins.civ@mail.mil and Contract Specialist, Ms Jeannie Kang at jeannie.r.kang.civ@mail.mil by 12:00PM EST, 19 December 2016. Those interested firms must indicate whether they are a large, small, and small-disadvantaged, 8(a), or women owned business and whether they are U.S. or foreign owned. All responsible sources may submit a capability statement. NO TELEPHONE INQUIRES WILL BE ACCEPTED. 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 511210. The Small Business Size Standard for this NAICS code is $38.5 million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the described requirement? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS 511210? If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your company possess the capabilities to provide the entire range of Software support as described above? ______ YES _______ NO 6. If you answered YES to Question # 5, please provide specific capabilities and examples for how your company can provide these services. 7. If you answered NO to Question # 5, please list what of the Software Support as described above that your company can provide? Please provide specific capabilities and examples. 8. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 9. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 10. Is your company currently providing similar services 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. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 13. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 14. What are the core competencies of your employees that would support the requirements of the PWS? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements in the PWS. 15. Does your company have a SECRET facility or access to one should it be required. 16. Do all the employees that would support this PWS have a SECRET Clearance? 17. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c2ebd4bc448bd74fe59859de2831bbb7)
 
Record
SN04340140-W 20161203/161201234056-c2ebd4bc448bd74fe59859de2831bbb7 (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.