Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2018 FBO #6098
SOURCES SOUGHT

99 -- PM Biometrics products/services - Current Contract List - Product Capabilities

Notice Date
8/2/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 10205 Burbeck Road, Building 362, Fort Belvoir, Virginia, 22060-5863, United States
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-18-R-A024
 
Archive Date
9/19/2018
 
Point of Contact
Wanda Harner, , Rosetta Wisdom-Russell,
 
E-Mail Address
wanda.n.harner.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil
(wanda.n.harner.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
VICE description/capability VIBES description/capability NRTIO description/capability GOTM-B description/capability FRBS description/capability FaSTR description/capability BAT-A description/capability ABIS description/capability ASTERIA description/capability PM Biometrics Current Contracts List REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; The Government is not obligated to make an award as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses and information and materials received in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). INTERESTED PARTIES ARE RESPONSIBLE FOR ADEQUATELY MARKING PROPRIETARY OR COMPETITION SENSITIVE INFORMATION CONTAINED IN THEIR RESPONSE. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. No award will be made as a result of this request. NOTE: The use of RFI Number W909MY-18-R-A024 is for tracking purposes only. All interested parties are encouraged to respond by submitting a white paper. The ideas presented in the white paper will be discussed and assessed by PM Biometrics. BACKGROUND/DESCRIPTION: The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of PM Biometrics, in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this RFI is to identify potential sources that have the skills, experience, knowledge, and capabilities required to support the full suite of biometric products/services that reside within the PM Biometrics portfolio. The following products/services shall be supported: • Automated Biometric Identification System (ABIS) • Biometrics Automated Toolset-Army (BAT-A) • Near Real Time Identity Operations (NRTIO) • Automated, Non-Stop, Contact-less Multi-Biometric Identification (ASTERIA) • Gatekeeper on the Move - Biometrics (GOTM-B) • Facial Recognition Binoculars System (FRBS) • Fast Short Tandem Repeat (FaSTR) • Video Identity Collection and Exploitation (VICE) • Voice Identity Biometric Exploitation Services (VIBES) Products/Services related to ABIS, BAT-A, and NRTIO will be supported/sustained. Products/Services related to ASTERIA, GOTM-B, FRBS, FaSTR, VICE, and VIBES will either be supported/sustained or the contractor can provide alternative commercial off-the shelf (COTS) solutions that meet the outlined capabilities. DESCRIPTION OF REQUIREMENTS: The required support includes but is not limited to hardware, software, services, life cycle/operational support and modernization as needed. Technical support includes sustainment of all hardware, software and peripherals. Requirements include, but are not limited to examination services for finger print, face, palm print, iris and voice collection, cataloging, retrieval and matching. Capabilities are sought that allow enrollment/collection and an onboard matching of watch lists with multi-modal capability for capturing finger, face, and iris in laptop/desktop and handheld configurations. Training requirements include, but are not limited to development of documentation, onsite training presentations, train the trainer, computer based training and simulation, and coaching and mentoring. Training requirements may include specialized biometrics training specific to a user community or specific to the emerging technology or emerging threat. In addition, sustainment and/or modernization of large scale multimodal biometrics systems (modalities are face, finger, palm prints, and iris), systems administration of these complex biometrics IT systems, subsystems, and peripherals upgrades and sustainment of proprietary software is required. Software requirements and support include but are not limited to software upgrades, cyber security of software and networked systems, and life cycle support to fielded systems utilized in an OCONUS environment. The ability to deploy, deliver, and maintain/upgrade systems in hostile OCONUS areas is required. See nine (9) products/services attachments for capability requirements for each supported product. Sources responding to this request for information must provide the following information: 1. Brief Summary of the company. Company Information Company Name: Company CAGE Code: Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number. Company Address: Company Website (if available): Company Phone #: Company email: Company Representative and Business Title: Company Socioeconomic Classification: Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330. For more information, refer to http://www.sba.gov/content/tablesmall-businesssize-standards: Small Business (SB), (8) (a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned (SDVOSB), or Historically Underutilized Small Business-Zone (HUB Zone), Historically Black College and Universities/ Minority Institutions (HBCU/MI) 2. Do you plan to prime? If so, continue to question #3. 3. Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide and which products your company can support. If your company requires acquiring or building new capabilities, describe the effort and timeline required. 4. Discuss your qualifications in providing the capability requirements as described in the "DESCRIPTION OF REQUIREMENTS" and within the product attachments. For any previous effort, please provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort. 5. Does your company have experience working with Government providing biometric capabilities as described in the "DESCRIPTION OF REQUIREMENTS" section and within the product attachments? If yes, please provide description of experience. 6. Does your company possess an approved Defense Contract Audit Agency (DCAA) accounting system? 7. Does your company possess the capabilities to provide the entire range of services called for in the above requirements?_____ YES _______ NO 8. If you answered YES to Question # 7, please provide specific capabilities and examples for how your company can provide these services. 9. Is your company planning on participating in business arrangements with other companies, please describe the process used in selecting the members? 10. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the above 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. 11. 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. 12. 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? 13. What are the core competencies of your employees that would support the above requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the above requirements. 14. Does your company have a SECRET facility or access to one should it be required? 15. Does your company have a TOP SECRET facility or access to one should it be required? 16. Do all employees that would support the above requirements have a SECRET Clearance? 17. Does your company have employees with a TOP SECRET Clearance that can support the above requirements? 18. Existing Government Contracts: Indicate if vendor is currently on any Federal Supply Schedules, Government wide acquisition contracts, multi-agency contracts, and any other procurement instruments intended for use by multiple agencies. If yes, provide contract name(s) and number(s). 19. Given the capabilities described in the "DESCRIPTION OF REQUIREMENTS" section above and within the product attachments, does this represent an adequate amount of data to complete the effort? If not, what additional technical data would your company require in order to execute the described effort? Contractor is encouraged to provide details on impact of any technical data needs including cost or schedule impacts from lack of technical data at the start of the project. 20. Is your company certified by a quality management system (QMS) standards organization? If so, which one? 21. What is your company's ability to provide the required capabilities in less than 18 months? If able to provide the required capabilities in less than 18 months, please provide support to demonstrate this delivery schedule. If unable, please explain why. 22. Does your company consider this a Firm Fixed Price (FFP) effort or Cost Plus Fixed Fee (CPFF) type effort? Please explain why. If CPFF, does your company consider this a completion or term effort? Given your answer to the type of contract, what type of additional data/metrics/etc. if any, would need to be included in the RFP package to be proposed as a CPFF (term or completion) or FFP effort? 23. Does your company consider consolidation of all these products and capabilities under one contract to be cost effective? Please explain why. 24. Can your company support/sustain ABIS, BAT-A and NRTIO? If not, which products can your company support/sustain? 25. Can your company support/sustain ASTERIA, GOTM-B, FRBS, FaSTR, VICE, and VIBES or instead can your company provide alternative commercial off the shelf (COTS) solutions to meet these capability requirements? Capabilities: Provide the requested information for up to five (5) projects your company/team has performed within the past five (5) years. Complete one table per project. Agency/Customer: Project Name: If you have experience as a prime contractor, please provide as much of the following information as possible: a. Contract number(s) b. Identify the agency or non-government customer, Point of Contact (POC), email 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. c. Aggregate dollar value of entire contract you were the prime. d. Is the work similar in scope to that of the above performance capabilities and attributes? e. Period of Performance (for base and options). f. Were you the Prime or Subcontractor? g. Description of Work Performed. h. Security Clearance Requirements (number of personnel and level of clearance and/or designation). THE FOLLOWING ONLY APPLIES TO THE SMALL BUSINESS RESPONDENTS: In addition to the above, small businesses responding should provide the following information (questions 19-21 will not count against the 20 page limit) 19. If you are a small business and plan to prime please inform how you will meet the limitations on subcontracting Clause 52.219-14. 20. Under the current SB size standard, do you anticipate your company remaining a small business, under the stated NAICS code 541330? 21. If you are a small business, can your company sustain if not paid for 90 calendar days? Interested parties with the capabilities to meet the above requirements should electronically submit White Papers of not more than twenty (20) pages, 8.5" x 11" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around, discussing your company' ability to meet the above requirements. The response should include a complete discussion of the ability to meet the above stated requirements and capabilities, contractor's facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor either has the required product, hardware, software, or the capabilities for this combined effort. Please also include a discussion of any commercially available solutions that your company can provide. Descriptive literature of the commercial product if available, should be provided and will not be included in the above page count. Responses should also include a cover letter (not included in the page count) providing: • Contact and company information • Name • Title • Mailing address • Phone number • Email address Responses are due no later than 12:00 PM EST (local time at Fort Belvoir, VA) on 04 September 2018. All requests for information must be in writing or via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Wanda Harner, Contract Specialist at wanda.n.harner.civ@mail.mil. Send responses electronically to (Include "RFI number W909MY-18-R-A024" in the subject line.): Wanda Harner, Contract Specialist, email: wanda.n.harner.civ@mail.mil and MAJ Jon Talis, Technical POC, email: jonathan.j.talis.mil@mail.mil. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. PLEASE NOTE THAT IF A CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a6a72f8be05d05da805701f0904ce3ca)
 
Record
SN05018870-W 20180804/180802231714-a6a72f8be05d05da805701f0904ce3ca (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.