SPECIAL NOTICE
99 -- Video Spectral Comparator 80
- Notice Date
- 4/21/2020 11:58:28 AM
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- FBI-JEH WASHINGTON DC 20535 USA
- ZIP Code
- 20535
- Solicitation Number
- DJF-20-0700-PR-0002780
- Response Due
- 5/6/2020 2:00:00 PM
- Archive Date
- 05/07/2020
- Point of Contact
- Adelle Bolton, Phone: 2562135014
- E-Mail Address
-
albolton@fbi.gov
(albolton@fbi.gov)
- Description
- PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE PUBLISHED. The Federal Bureau of Investigation (FBI) intends to negotiate a sole source, fixed-price contract to Foster and Freeman USA Inc., 46030 Manekin Plaza, Suite 170, Sterling, Va. 20166, for the purchase of the Video Spectral Comparator instrument system and software.� The FBI�s Laboratory Division (LD), Questioned Documents Unit (QDU), requires the purchase of a Video Spectral Comparator 80 (VSC-80), its accessories and software, manufactured by Foster and Freeman USA Inc.� The VSC-80 is a portable high-resolution imaging system for examining passports, visas, ID cards and many other types of security document.� This instrument uses a full range of integrated, specialized light sources and filters to reveal the following: Detection of page substitutions in multi-page documents Recovery and decipherment of obliterated entries Detection of differences between visually similar writing inks on the same document Detection of covert security features This instrument also provides the ability to capture high-resolution digital photographs of evidence under high magnification to support forensic findings which is essential to the work conducted by forensic document examiners.� The specific characteristics of the VSC-80 that limit the availability to a sole source are: A field of view which allows for a full image of a standard passport to be captured Barcode reading capabilities integrated within the user interface as part of the base system Annotation capabilities that allows images to be marked with text and symbols. �This feature is mandatory for case documentation and illustrations A user interface that allows for comparison of live images to stored known images.� Comparative examination of a known document to a questioned document is a key aspect of document authentication and is a requirement of the system Extended field of view with removable base for examining bulky items High-Intensity spotlights with ten wavebands ranging from 410nm to 740nm 13 camera filters including 570nm, 590nm, 610nm, 630nm, 645nm, 665nm, 695nm, 715nm, 725nm, 780nm, 850nm, 1000nm, and an IR cut off filter 400-740nm Over 1000 possible waveband combinations MRZ and ship data must be integrated within the user interface and should be easily captured Metadata for all captured images must be easily seen and documented Optically Variable Devices (OVD) must be easily viewed and recorded from various angles.� Recording of the diffractions must be easily assembled for demonstrative purposes Anti-stokes security features must be easily viewed and captured using the user interface in the various colors including red, green and blue IPI decoding 3D imaging capability Board-certified forensic document examiners and system engineers support and assist with the design of the system and are located within the United States In conclusion, based on the market research conducted by the FBI and other Government Agencys� Forensic Laboratories, it was determined that the VSC-80 is the only forensic examination system that meets the LD, QDU�s needs for operations.� This notice will be distributed solely through the General Services Administration's Federal Business Opportunities (FBO) Website (www.beta.sam.gov). Interested parties are responsible for monitoring the FBO site to ensure they have the most up-to-date information about this acquisition. The North American Classification System Code is 334516, Analytical Laboratory Instrument Manufacturing.� The FBI intends to negotiate with only one source under the authority of FAR 6.302-1. This notice of intent is not a request for competitive quotations; however, per FAR 5.207(16)(ii) all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All capability statements or quotes shall be submitted to the Contracting Officer, Adelle Bolton by email. The email address is albolton@fbi.gov Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. Telephone requests will not be considered. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responses to this intent to sole source are due to the contracting officer by 05:00 PM EST on May 06, 2020, please. System for Award Management (SAM) Requirement Vendors must be registered in the System for Awards Management (beta.SAM.gov) to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses, and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment. Access to the Federal Bureau of Investigation (FBI) Locations Performance under this contract may require access to FBI locations to provide some service, product, or perform some other official function of interest to the FBI. Requirements, as identified below, to include approval by the FBI's Security Division, must be satisfied prior to access. �Contractors who will require escorted access, to include short-term, intermittent, or infrequent access, to an FBI facility must complete an ""Access of Non-FBI Personnel to FBI Facilities, Background Data Information Form,"" (FD 816), a ""Privacy Act of 1974 Acknowledgment Form"" (FD 484) and two Fingerprint Cards (FD 258). Completed and accepted forms should be provided to the assigned Contracting Officer's Representative (COR), at least 10 business days prior to required access. DJAR-PGD-02-02A Non-U.S. Citizens Prohibited from Access to DOJ Information Technology (IT) Systems The Department of Justice does not permit the use of Non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ IT system. By signing the contract or commitment document, the contractor agrees to this restriction. [In those instances where other non-IT requirements contained in the contract or commitment can be met by using Non-U.S. citizens, those requirements shall be clearly described.]. (End of Clause) DJAR-PGD-02-02B Non-U.S. Citizens Prohibited from Access to DOJ Information Technology (IT) Systems The Department of Justice (DOJ) will no longer permit the use of Non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ IT system. By signing the contract or commitment document, the contractor agrees to this restriction with respect to all new employees utilized directly to perform duties on the contract. Non-U.S. citizens currently employees under this contract or commitment may continue performance unless otherwise directed by the Department of Justice. No new, replacement or additional Non-U.S. citizens may be added to the contract without the express approval of the Department of Justice. [In those instances where other non-IT requirements contained in the contract or commitment can be met by using Non-U.S. citizens, those requirements shall be clearly described.]. (End of Clause) Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability � Solicitation (DEVIATION 2015-02) (March 2015) (a) None of the funds made available by the Department�s current Appropriations Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation � 1) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or 2) that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) By submitting a response to this solicitation, the offeror represents that, as of the date of this offer � 1) the offeror is not a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and, 2) the offeror is not a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse- Solicitation (DEVIATION 2015-02) (March 2015) None of the funds appropriated to the Department under its current Appropriations Act may be used to enter into a contract, grant, or cooperative agreement with an entity that requires employees or contractors of such entity seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. By submitting a response to this solicitation, the contractor certifies that it does not require employees or contractors of the contractor seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting waste, fraud, and abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b23a896b816641acad964aa4479984ed/view)
- Place of Performance
- Address: Quantico, VA, USA
- Country: USA
- Country: USA
- Record
- SN05630531-F 20200423/200422060349 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |