Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOURCES SOUGHT

R -- INSCOM I2 BIOMETRICS PROGRAM - MODIFICATION

Notice Date
7/29/2010
 
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-BIOMETRICS
 
Response Due
8/10/2010
 
Archive Date
10/9/2010
 
Point of Contact
Donna Brockington, 703-428-4816
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(donna.brockington@mi.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT TO PREVIOUS PRESOLICITATION ANNOUNCEMENT FOR the INSCOM I2 Biometrics Services Acquisition pre-solicitation announcement dated 05/07/2010. 1.0THIS IS A SOURCES SOUGHT NOTICE ONLY. This request for information, titled W911W4-BIOMETRICS, is issued by the Intelligence and Security Command (INSCOM) solely for information and planning purposes; it does not constitute a formal solicitation, Request for Proposal (RFP) or a promise to issue a formal solicitation, RFP or Broad Area Announcement (BAA), pursuant to FAR 15.201(e). Responders are advised that the U.S. Government will not pay any cost incurred in response to this sources sought and all costs associated with responding will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future and potential solicitation, or RFP. It is the intent of INSCOM to use this for market research purposes only. If a formal solicitation is released, it will be issued via the Federal Business Opportunities (http: //www.fbo.gov). It is the responsibility of the potential offerors to monitor this website for any information that may pertain to this sources sought. The information provided in this sources sought is subject to change and is not binding on the Government. 2.0The Government is contemplating the solicitation of a multiple award Indefinite Delivery Indefinite Quantity (IDIQ), Hybrid Cost Plus Fixed Fee, Firm Fixed Price Performance Based Services contract as a 100% set-aside to Small Business in accordance with FAR Subpart 19.5 Set-Asides for Small Business. This request will satisfy the Governments conclusive effort to identify any and all available small businesses with the capability and intent to offer proposals for this requirement. 3.0Capable small business sources are sought to perform Identity Intelligence (I2) Biometrics support functions for the US Army Intelligence and Security Command (INSCOM) and its subordinate Major Subordinate Commands (MSC). INSCOM has a requirement to perform multiple functions to achieve success in its I2 Biometrics mission. Emphasis will be placed on I2, biometrics and forensics, and contingency environment operations. Professional and technical requirements will necessitate potential offerors to be skilled in any or all of the following mission areas: "Program Management, Identity Intelligence Resource Management, and Strategic Planning "Intelligence Analysis, Production and Dissemination "Forensic-related Biometric Operations Support and Production "Identity Intelligence Education and Training "Deployed Biometric and Forensics Subject Matter Expertise (SME) "Architecture and Enterprise Services Support "Data Sharing Development, Management and Support "Information Assurance and Intelligence Oversight Support "Counter Biometric Capability Support "Biometric Modality Development The Government requests small business respondents to identify which of these areas they are presently capable to perform or how they will acquire the requisite skills to perform in order to successfully fulfill INSCOMs requirement. 4.0Prime contractors for this IDIQ contract must possess Top Secret SCI security clearances. Validation of appropriate Corporate Security clearances should be provided as part of your response to this RFI. The place of performance will be both CONUS and OCONUS. 5.0The interested small business concern is any one or multiple sub-categories of the following small business sub-classifications: a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). As discussed at FAR 19.502-2(b) (1) and (2), in making small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and award will be made at fair market prices. 6.0The Request for Proposal (RFP) is in draft form at this time. 7.0Please provide the following specific information: "Full complete Corporate Name:_____________________________ "CAGE Code:______________________________________ "Primary POC information email /phone #/_______________________________ "Certified Small Business Classification(s): "Are you approved as a small business under NAICS Code 541690? Y or N "If you will be proposing as part of a team with a small business prime offeror please identify any teaming arrangement to include teaming arrangement partners as part of your response. Limit one (1) page "Security classification validation to perform at SCI level. "Are you scheduled to graduate from any small business programs in the nest 365 days? Y / N If so anticipated change date: "Mission area(s) of interest within current capabilities. Please self assess your teams skill level in the following ten I2 Biometric functional areas by circling a number from 1 to 5 (1 = little to no experience, 5 = highly experienced/SME). oProgram Management, Identity Intelligence Resource Management, and Strategic Planning 12345 oIntelligence Analysis, Production and Dissemination 12345 oForensic-related Biometric Operations Support and Production 12345 oIdentity Intelligence Education and Training 12345 oDeployed Biometric and Forensics Subject Matter Expertise (SME) 12345 oArchitecture and Enterprise Services Support 12345 oData Sharing Development, Management and Support 12345 oInformation Assurance and Intelligence Oversight Support 12345 oCounter Biometric Capability Support 12345 oBiometric Modality Development 12345 8.0 Interested offerors are requested to provide the information as outlined below. "Information beyond that requested is neither desired, nor will it be considered in the assessment. "All page limitations are based on single sided pages, 8 X 11 inch paper, single spaced, Arial or Times New Roman typeface no smaller than 12 point (smaller fonts are acceptable for graphics, figures, tables, footnotes and legends), 1 margins. "Costly, complex presentations are neither required nor desired. "Offerors will not be reimbursed for the cost of preparation of their responses to this AMS notice. 9.0 Electronic submissions shall be received no later than 1:00 p.m. EST on 08-10-10 at the following email address _biometrics@mi.army.mil__. Any questions concerning this amendment should be directed to the email address above and be limited to the process of responding to this announcement only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W4-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
SN02222168-W 20100731/100729235348-71bc234a4b1c8511bd0e04365187929c (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.