Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
MODIFICATION

A -- Afghan Automated Biometrics Identification System (AABIS) 2.0

Notice Date
3/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
 
ZIP Code
22331
 
Solicitation Number
W909MY-17-R-J013
 
Archive Date
4/13/2017
 
Point of Contact
Michael McFadden, Phone: 7037040880, Jennifer W. Elkins, Phone: 7037040823
 
E-Mail Address
michael.a.mcfadden23.civ@mail.mil, jennifer.w.elkins.civ@mail.mil
(michael.a.mcfadden23.civ@mail.mil, jennifer.w.elkins.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION Title: Acquisition of Afghan Automated Biometrics Identification System (AABIS) 2.0 This is a Sources Sought Request for Information (RFI) for planning purposes only and SHALL NOT be considered as an RFP or as an obligation on the part of the Government to acquire any products or services. No formal solicitation document exists at this time. Your response is not to be construed as a commitment by the Government to procure any services, or for the Government to pay for the information received. Do not submit a proposal or quote. The purpose of this RFI is to give the Project Manager, Biometrics (PM DoD Biometrics) the information needed to develop a new and advanced Afghan Automated Biometrics Identification System (AABIS) system and capability associated biometric capture and matching sub-systems. I. Background: Afghanistan established a biometric program in 2007 which comprised of live scanning capabilities and an ABIS matching system for the Afghanistan Ministry of Interior (MoI) with the purpose of vetting ANSF personnel for service. The ABIS system supports capture and matching of face, fingerprint, iris, palm print, and latent prints. Since 2007 the program has grown to become an Afghanistan national program supporting multiple criminal and civil organizations and missions. There are currently over 1,500 biometric capture devices deployed across Afghanistan, with over 3.5 million biometric records in the AABIS system. These systems are supported by over 50 AFGHAN (MoI) staff, and U.S support contractors. II. Objective: PM DoD Biometrics is requesting information to develop, test, deploy, train, and sustain a new AABIS, to include specialized biometrics training, systems administration of complex biometrics IT systems, subsystems and peripherals, upgrades and sustainment of proprietary software that these systems utilize, coordination and cooperation with Resolute Support Headquarters (RSHQ), CSTC-A and Afghan Ministries, and continued transition of the long term enduring capability back to the Government of the Islamic Republic of Afghanistan (GIRoA) coincident with the drawing down of U.S./Coalition Forces from Afghanistan. Respondents should detail experience in performing the functions detailed in items A through E. A. Automated Biometric Identification Systems (ABIS) Respondents should detail their experience in developing, testing, deploying, training, and sustaining a multimodal ABIS systems utilizing state-of-the-art hardware and software in a less than permissive environment. B. Training Support The respondent should have experience in or the capacity to provide on-the-job (OJT) biometrics examiner, system administration, database administration, and program management training or refresher training as necessary and update training plans and material. C. Biometric Standards The respondent should demonstrate experience with mid to large scale multi-modal ABIS systems, and standardized biometric exchanges such as DoD EBTS, FBI EBTS, NATO STNAG 4715, DHS IXM and Afghanistan ABIS EBTS. D. Database Administration The respondent should detail their experience in performing database administrative duties to keep an ABIS system, and sub-systems synchronized, and functioning properly. E. Biometric Collection The respondent should detail their experience in developing, deploying, and maintaining software, hardware, and associated peripherals equipment related to capturing face, fingerprints, palm prints, and iris images. The respondent should also describe logistics support experience in tracking, training, and maintaining biometric equipment. It is also important that the respondent have experience with operational environment challenges anticipated in hostile areas. Software to be maintained for these systems will be in the native language. Additionally, a staff of translators and systems developers, installers, and trainers who are fluent both verbally and written in languages of countries where deployed to include but not limited to Dari, Pashtun, Arabic and Kurdish is required. The work shall be performed at Contractor and Government facilities, and respondents must be registered with Afghanistan Investment Support Agency (AISA). Travel shall be in support of various tasks both CONUS and OCONUS inclusive of potential hostile areas. F. Additional requested information Interested capable contractors are invited to provide responses to the following questions and specific capabilities to address the requirements as mentioned in the preceding paragraphs. Responses should follow this format and be submitted electronically as one complete document not to exceed twenty (20) pages. Should there be proprietary data included with the information provided please clearly mark such information and separate it from the unrestricted information as an addendum. NO TELEPHONE INQUIRES WILL BE ACCEPTED. 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 334118 and 2 secondary NAICS codes. The Small Business Size Standard for this NAICS code is $7 million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the work outlined above? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under NAICS 334118 or other NAICS code listed in paragraph 1? If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. If you answered "yes" to Question # 5, please provide as much of the following information as possible; A. MAC contract number(s); B. Aggregate dollar value of entire MAC contract; C. Aggregate dollar value of task orders you prime on each MAC; D. Number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to that of the requirement outlined above? 7. Does your company possess the capabilities to provide the entire range of services called for in the specifications above? ______ YES _______ NO 8. If you answered YES to Question # 7, please provide specific capabilities and examples for how your company can provide these services. 9. If you answered NO to Question # 7, please list what areas of the specification noted that your company can provide? Please provide specific capabilities and examples. 10. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 11. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the specifications. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 12. Is your company currently providing similar work to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 13. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 14. What are the core competencies of your employees that would support the requirements of the specification above? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 15. Does your company have a SECRET facility or access to one should it be required. 16. Do all the employees that would support this requirement have a SECRET Clearance? 17. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Amendment 1 - Extend closing date from 22 March 2017 to 29 March 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8afcaf78be509b4018c36945e7890841)
 
Record
SN04444390-W 20170324/170322235239-8afcaf78be509b4018c36945e7890841 (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.