Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOURCES SOUGHT

R -- The purpose of this RFI is to search for qualified vendors capable of meeting the Department of Defense requirement for intelligence support to the National Ground Intelligence Center (NGIC).

Notice Date
11/24/2009
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4-10-BIOMETRICS
 
Response Due
12/9/2009
 
Archive Date
2/7/2010
 
Point of Contact
Sung Park, 703-428-4674
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(sung.j.park1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Intelligence & Security Command (INSCOM) Biometrics Division located on Fort Belvoir, VA is seeking sources to support the. The National Ground Intelligence Centers mission is to produce and disseminate all source integrated intelligence on foreign ground forces and related military technologies to ensure that U.S. forces have a decisive edge in current and future military operations. The NGIC produces scientific and technical intelligence and military capabilities analysis on foreign ground forces required by warfighting commanders and intelligence community. It develops and produces a range of sophisticated Geospatial Intelligence products critical to military intelligence through its experienced imagery analysts and scientists specializing in physics, chemistry and mechanical engineering. NGIC provides technical intelligence and all source fusion capabilities to assist Multi-National Forces. The contract will be performance based and competition will be conducted in accordance with FAR Parts 12 and 15. The North American Industry Classification System (NAICS) is 541690. The demand for Identity Intelligence Analysis requirements has remained an operational necessity for INSCOM. To maintain an optimal mix of Identity Intelligence resources and capabilities, sources are being sought to assist the government in understanding the current marketplace, industry capabilities, innovative approaches, best practices, and performance indicators and measures given constrained resources and dynamic requirements. The NGIC is interested in gaining insight into the following functional and technical areas: (A) Program Management to support Identity Intelligence; (B) Identity Intelligence Analysis, Production and Dissemination; (C) Forensic-related Biometric Operations Support and Production; and (D) Biometric Case Management/Watchlist Coordinators. A detailed description of the major areas follows: "(A) Program Management entails the technical approach, organizational resources and management controls to be employed to meet the cost, performance and schedule requirements. "(B) Intelligence Analysis, Production and Dissemination includes all source intelligence analysis and reporting, Standard Operating Procedure (SOP) for processing, prioritizing, analyzing and operationalizing, identifications made via the use of biometric collection systems, biometric-based watchlists and other critical mission elements, biometric software and sensor requirements development, and BEI Analysis training. "(C) Forensic-related Biometric Operations Support and Production consists of Biometric Intelligence Fusion which entails development of latent fingerprints, digitized latent prints, remote latent and ten print examinations, forensic materials processing, forensics reports, production statistics for management status reporting, standard operating procedures (SOPs), development of Combat Forensic program of instruction, and Combat Forensics training. "(D) Biometric Case Management/Watchlist Coordinators include key biometric intelligence support to ensure direct linkage between the units for biometric intelligence fusion; analysis of critical biometric matches to support targeting, interrogation, detainee operations and force protection using improved analytic tools; Standard Operating Procedure (SOP) for processing, prioritizing and analyzing identifications from collection systems; monitoring intelligence analysis results to support management reporting; providing analytical input for requirements gathering; and coordinating the tactical and operational biometric-based watchlists or other critical mission support elements. Our primary objective is to help manage INSCOMs Identity Intelligence requirements and assist INSCOM units ISO: "Force Protection of US bases, "Force Protection Detachments in the AORs, "Biometric Enabled Watchlists "Biometric Intelligence Analysis Reports, "Counter-Intelligence, "HUMINT missions, "Support to Host Nations in investigations and prosecution of criminal charges against High Value Targets and their networks, and "Support to combat operations worldwide. Interested parties should submit a White Paper no greater than 15 pages in length, font 12, Times New Roman. Graphics and charts must be legible and clearly visible to the unaided eye (if included). Responses shall be submitted by email. Electronic submissions shall be e-mailed to archie.bates@us.army.mil (cc: robert.e.jones6@us.army.mil) within 15 days after release of this RFI. The White Papers must be in Microsoft Word for Office 2000 or later compatible format addressing one or more of the areas above. Telephone inquiries will not be accepted. Response to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of future solicitations. The White Papers shall include pertinent and specific information addressing: (1) Identity Intelligence subject matter expertise (2) Experience with Automated Intelligence Management Support Systems, Biometric Intelligence Repository Systems, and Distributed Common Ground System-Army (3) Experience in strategic and/or tactical intelligence fusion, analysis, and dissemination. At a minimum, responses should include company name, size of business, point of contact (including telephone number, facsimile number and e-mail address), and a list of contracts within the past five (5) years under which the interested party has performed the same or similar work. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information submitted in response to this RFI. Interested parties are requested to provide information on their ability to satisfy any or all of the requirements outlined above. Information should be provided by electronic mail to archie.bates@us.army.mil (cc: Robert.e.jones6@us.army.mil) using the following subject line INSCOM BEI Analysis This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Responses to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This RFI in no way binds the government to solicit proposals for an award of a contract in the future. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by INSCOM in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. The Government will make final decisions on the set-asides based on market research and responses from this Request for Information (RFI), as well as other procurement and program related criteria. The deadline for submission of information is NLT 12:00 PM ET, December 9, 2009. This information is being requested for purposes of market research. The Government will use this information to develop a list of potential bidders which can be view on this site under interested parties. Questions concerning this notice should be submitted to Mr. Robert E. Jones at Robert.e.jones6@us.army.mil. Contracting Office Address: HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246 Place of Performance: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA 22060-5246
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W4-10-BIOMETRICS/listing.html)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
 
Record
SN02010510-W 20091126/091124235141-2b76b82f625b0e6e9ec475dbcffbd692 (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.