Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOLICITATION NOTICE

66 -- 66-Instruments and Laboratory Equipment

Notice Date
8/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ118328
 
Response Due
8/18/2003
 
Archive Date
9/2/2003
 
Point of Contact
Deanna Davis, Contracting Officer, Phone 202-324-5552, Fax 202-324-0570,
 
E-Mail Address
clcu@fbi.gov
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation (RFQ) 118328 and this number shall be referenced on all quotes. This RFQ is issued using Simplified Acquisition Procedures (SAP) under Subpart 13.5, Test Program for Certain Commercial Items. The North American Industry Classification System (NAICS) is 421490. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2001-14. This notice may result in a multiple award for a Firm-Fixed Price, one-time buy, based on a Best Value determination for CLIN 0001 Automated Palm Print Identification Systems (APISs) and a single award for CLIN 0002 File Conversion Services. Both items shall be commercially available. Offerors may quote on both items or just one of the items. The Counterterrorism and Forensic Science Research Unit (CTFSRU) of the FBI Laboratory Division (LD) has a requirement for multiple commercially available, nondevelopmental APISs. Only one system will be purchased per manufacturer. Quote shall be for a quantity of one for the APIS. The purpose of this acquisition is to assess the current state of this technology and perform tests on a variety of commercially available software and hardware based palm print systems. The FBI LD, will utilize the results of this research to make recommendations for technical specifications to the FBI Criminal Justice Information Services (CJIS) Division required for APIS functionality in the Integrated Automated Fingerprint Identification System (IAFIS). Inclusion of APIS technology into IAFIS would greatly assist in all types of field investigations. Access to multiple platforms and algorithms is required in order to assess the current state of this technology and advance the development of APIS systems as needed for functionality with IAFIS. These systems will be stand alone computer based systems. These APIS systems function as analytical instruments for image capture and analysis of very fine details of palm prints and will be used in internal Research and Development. In addition to the acquisition of APIS hardware and software, file conversion services are required to support this effort. In order to perform the requisite tests on these systems, the FBI Laboratory requires the conversion of major case print files from inked images on cards to 1000 dpi digital images, in ANSI NIST EFTS format. These files need to be converted only once, because this standard file format can be read by all commercially available APIS systems. The major case print file consists of approximately 100,000 individuals with the following number of cards per individual: one ten print fingerprint card, one two print palm card, and variable number (one to four, but typically two) fully rolled finger cards. File conversion service will be a single award. Quotations for file conversion services should be listed separately from the APIS system. Technical Requirements: In order to meet the needs of the associated research projects, the purchased systems must meet the following specifications. GENERAL: 1. Must provide a data base size up to 100,000 records. A record exists for one individual and consists of an image for each palm (at a minimum, from interdigital area at juncture with fingers to base of wrist), and extreme side of each palm (hypothenar area). OPTION: In addition to above, includes tip of fingers to base of wrist. OPTION: In addition to all of above, includes fully rolled impressions of all three joints of the finger, extreme tips of the fingers, and extreme sides of the fingers for all three joints. OPTION: Provide the means to create separate files within the database. These files may contain duplicates from the main database. NOTE: The average record contains six cards consisting of two palm prints (one each for left and right), and four cards containing fully rolled fingerprints of all three joints, extreme sides of these three joints and the extreme tip area for each finger. Some of these records contain images on both sides. Many records exceed six cards. Most records are recorded on 8 inches x 8 inches cards; however, some are recorded on 8.5 inches x 11 inches paper; 2. Must support database images of 1000 ppi with no compression. OPTION: In addition to above, support images of 500 ppi, with no compression or lossless compression. OPTION: In addition to all of the above, scan at a resolution greater than 1000 ppi; 3. Must be able to convert images from digital media. Proposal must state acceptable media and format. Note: Images on digital media may require segmentation to distinguish between palm prints and other images (see note under requirement Number 1 above); 4. Must support unique identifiers for each record and image; 5. Must provide means to convert from digital data and provide data entry function for record textual data, e.g., name, sex, race, date of birth, crime or crimes, social security number, palm print classification, fingerprint classification. Note: While this capability is required, the actual entry of data into these fields is not mandatory; SCAN: 6. Must provide means for adding to the database from either card scan or live scan; 7. Must provide means to replace images; 8. Must be able to capture (color and gray scale) images from varied three dimensional and two dimensional objects, e.g., guns, soda cans, lifts, photographs, and palm print cards. Scaling features must be present to insure proper sizing of images; 9. Scan at 1000 ppi with no compression. OPTION: In addition to above, scan at higher resolution or resolutions; 10. Must provide image enhancement technology, including, at a minimum scaling, brightness and contrast, histogram, histogram equalization. Image enhancement technology should be similar to that provided by off the shelf software such as Adobe Photoshop. Must retain original image capture prior to any enhancement as a separate record. All enhancements must be traceable in sequence and associated with the final enhanced image being retained. Note: This functionality must be available at any time an image or images are presented during any capability throughout the entire system; 11. Images must be oriented in an upright position, i.e., interdigital area at top of image. Note: If palm print images on digital media appear on their sides or upside down (or any degree less than upright), then the system must automatically orient the palm print in an upright position; 12. Must provide capability to scan images of inked prints at sizes other than 8 inches x 8 inches, at a minimum up to 8.5 inches x 14 inches; ENCODE 13. Automatically extract feature data (minutiae, deltas, cores, creases, patterns, etc.) from palm print images, for records in the database search prints (latent prints and known record prints). Provide for manual intervention to modify feature data; 14. Any segmentation subdivision of a palm print must be performed automatically with an option for override with manual intervention; SEARCH MATCH 15. Provide search capability for: known palm print record to database of palm records, latent palm print to database of palm records. Latent palm prints are to infer partial or fragmentary area to a recorded known palm exemplar. Auto search capability with new additions to database OPTION: Record palm to unidentified latent palm records. (Assumes that the capability exists for an unidentified latent palm database.) Inked palm to unidentified latent palm records. (Assumes that the capability exists for an unidentified latent palm database.) Latent palm to unidentified latent palm records. (Assumes that the capability exists for an unidentified latent palm database); 16. Searching must provide rotation flexibility to 180 degrees in both directions. Default degrees of rotation and/or incremental approaches are desired. Any diminished accuracy as a result of rotation must be provided; 17. Searches must be capable of being performed as a feature set only and as a feature set with limiting parameters from biographical descriptive data, classification, palm location, and orientation; 18. A search history log must be provided that presents a listing of when, who, how, what type of search was conducted and results; 19. Accuracy must be traceable in a history log that presents hits, misses, scores, ranking and summary data. OPTION: Any other data that assists in monitoring and analyzing performance accuracy should be provided; 20. All comparisons must be done as a side by side view with the option for the user to define whether the search print is presented on the left or right side for each comparison. OPTION: A means to associate mating feature data as a display; 21. All image manipulation tools must be available and operate as separate tools for each image displayed, e.g., rotation, zoom, color reversal, position reversal, orientation, etc; 22. All feature data used must be displayable over the corresponding image. The capability to distinguish between feature types, e.g., minutiae, core, deltas, must be provided, and these features must be capable of being toggled on and off. Each feature type must be presentable separate from other feature types and as a composite of all types; 23. Each search result must display a report containing a means to identify a unique record, a ranked order if more than one candidate is furnished, and the value or values used in determining that ranked order, e.g., score; 24. Performance analysis tools to assist in assessing accuracy, both hits and misses, must be provided; SYSTEM 25. The system must provide three networked workstations and be net workable to support up to seven additional workstations; 26. The system must support the capability to import export data; as complete records, as images in ANSI NIST EFTS format, as an interface to other APIS systems, as a record to file; 27. The system must provide search results within 30 minutes; 28. The system must operate in a normal office environment; 29. The system must be scalable up to 1 million records. 30. The system must provide print capabilities in color and black and white. Printed images must be legible and provide the option to print with feature overlay data and annotations. System must be capable of printing a photo quality image for manual comparisons; 31. System management capabilities and tools must be provided; 32. Warranties, technical support and maintenance must be included for one year, with costs for four additional years set forth as an option. Technical and maintenance requests must be responded to within 48 hours, Monday through Friday; 33. Training must be provided for up to six individuals; 34. Furniture to support the system must be provided as an optional cost; and 35. Technical, management and operational data and reporting functionality that will support a research effort to enable the FBI to define requirements for an automated palm print system at a national level must be provided. Offers shall be for FOB Destination. The ship to address is FBI Laboratory, CTFSRU Building 12, FBI Academy, Quantico, Virginia 22135. The following FAR provisions and clauses are incorporated by reference and apply to this solicitation. FAR 52.212-1 Instructions to Offerors-Commercial Item (OCT 2000), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999), FAR 52.212-3 Offeror Representations and Certifications Commercial Items (JUNE 2003), FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2002) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUNE 2003). All FAR clauses and provisions may be obtained from the General Services Administration, Federal Acquisition Regulation website address http://www.arnet.gov/far/. Award will be made to the responsive, responsible offerors whose quotes conforms to this solicitation and are the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical capabilities, (2) price, and (3) past performance. In order to evaluate past performance, submit three references (preferably government) for similar acquisitions within the past three years. Include the name and address of the organization, name and telephone number of a point of contact and a brief description of the item(s) sold. Technical and past performance when combined, are significantly more important than cost or price. All quotes shall be on company letterhead, accompanied by completed representations and certifications, clearly marked RFQ118328 and submitted to the address listed above no later than 4:00 p.m., EDT, August 18, 2003. Offerors responding to this solicitation must provide their DUNS and Tax Identification Numbers. The awardees shall also be required to submit a completed Standard Form 3881. Automated Clearing House Vendor/Miscellaneous Payment Enrollment Form, in accordance with FAR Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999). All quotes must be received at the above address on or before the date/time specified in this announcement. Facsimile quotes will be accepted in accordance with FAR Provision 52.214-31 Facsimile Bids (DEC 1989). Facsimile quotes must also be received by the date/time specified in this solicitation with the hard copy to immediately follow via mail. Please note that if you elect to mail or overnight your quote, for security reasons, all outside mail addressed to FBI Headquarters is routed to an off site location first before being delivered to its final destination at FBI Headquarters. So, allow enough time for delivery. Only the facsimile quote needs to be date/time stamped by the due date/time. Offerors are hereby notified that if your quote is not received by the date/time and at the location specified in this announcement, it will be considered late and shall be handled in accordance with FAR Provision 52.212-1 (f) (OCT 2000).
 
Place of Performance
Address: FBI Laboratory, CTFSRU Building 12, FBI Academy, Quantico, Virginia
Zip Code: 22135
Country: United States
 
Record
SN00389755-W 20030803/030801213444 (fbodaily.com)
 
Source
FedBizOpps.gov 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.