Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOURCES SOUGHT

59 -- BIOMETRICS

Notice Date
7/12/2007
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-H92222-BIOMETRICS
 
Response Due
8/12/2007
 
Archive Date
11/7/2007
 
Description
GENERAL: The United States Special Operations Command (USSOCOM), Program Executive Office Intelligence Information Systems (PEO-IIS), is looking for companies with the capabilities and facilities to provide Commercial off the Shelf (COTS), Non-Developmental Items (NDI), or near NDI component technologies that can provide a modularized biometric collection capability that supports garrison enrollment and expedient field collection/matching of biometric signatures. USSOCOM is interested in receiving information from vendors who are currently using the most advanced technologies in the design and fabrication of these items. The Government may acquire for testing purposes one or more vendor products. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, USSOCOM is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party?s expense. Responses to the RFI will not be returned. Small Businesses are encouraged to provide responses to this RFI in order to assist USSOCOM in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent potential subcontract plan goal percentages. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps). It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. The primary objectives of this RFI include soliciting ideas REQUIREMENT: 1.) Electronic live-scan, multiple fingerprint scanner capable of capturing both flat and rolled prints in a controlled environment for full enrollement. This device must be capable of operating on alternating current, and providing long range, two-way communication of fingerprint data. 2.) Lightweight mobile electronic live-scan fingerprint scanner to obtain a positive identification during tactical (field) operations. The system must have capability to transmit/receive the collected datat via radio equipment and modem. A wireless transmission capability is also desired but not required. 3.) Sensor to collect iris images. Images collected must conform to standards outlined in the American Standards Institute/National Committee for Information Technology Standards 379-2004, Iris Image Interchange Format. The solution must be capable of operating in an open (non-proprietary) architecture. Collection and transmission methods must adhere to DoD standards. All system components and software must pass Biometric Fusion Center (BFC) certification tests. If already certified by BFC, please indicate. PRODUCT TRADE-OFFS: Processing speed, response time, cost, storage capacity, size/weight, durability Vendors must have adequate fabrication, intergration and test facilities to warrant pre-production testing an limited procurement of component items. Responses are requesteds of those suppliers who can provide working hardware ready for test and demonstration purposes on or about 14 September 2007. Responses to this market survey are due on or before 11 August 2007 and must include a product description with performance parameters and a statement regarding current avaliability, indication of technology, summary of prior testing, test reports, summary of logistics and maintenance requirements, an estimated schedule and an estimated cost for the price of test articles and production units. Interested parties are requested to respond to this RFI with a White Paper. White Papers shall be due no later than COB August 11, 2007. Responses shall be limited to fifteen (15) pages and submitted in accordance with the instructions that follow. Section One of the White Paper shall provide administrative information, and shall include as a minimum: Respondents must include Company Name, Street Address, State, NINE-digit Zip Code, POC, POC telephone and fax numbers, email address, Company Size and Status. If the company address includes a PO Box, the complete street address must also be provided. The number of pages in Section One of the White Paper are not included in the 15-page limitation. Section 2 of the White Paper shall respond to the questions and issues of this RFI and shall be limited to 15 pages.
 
Place of Performance
Address: 7701 TAMPA POINT BLVD, MACDILL AFB, FL
Zip Code: 33621-5323
Country: UNITED STATES
 
Record
SN01341146-W 20070714/070712222119 (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  © 1994-2020, Loren Data Corp.