Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOURCES SOUGHT

U -- LScan Booking Station Training and Freight

Notice Date
3/7/2018
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
FA7014-18-A-3000-OM
 
Point of Contact
Lazarus Grefine Toussaint, Phone: 2406126138
 
E-Mail Address
lazarus.g.toussaint.ctr@mail.mil
(lazarus.g.toussaint.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1 SOURCES SOUGHT ANNOUNCEMENT The Air Force District of Washington, Contracting Directorate (AFDW/PKA) is anticipating the Award of a Single Award General Services Administration (GSA) Blanket Purchase Agreement (BPA) and is seeking sources for the OCONUS Freight and Customized Training Courses for the Crossmatch Live Scan (LScan) Booking Stations. These two items were identified as "open market" or "non-schedule line items" and will be a part of a total solution providng the government's requirement. The government's requirement is for the delivery of Booking Station hardware/equipment, implementation/installation, warranty/maintenance, CONUS and OCONUS freight delivery and customized training courses. CONTRACTING OFFICE ADDRESS: Air Force District of Washington, 1500 W. Perimeter RD Suite 2750, Contracting Directorate (PK), Joint Base Andrews, MD 20762 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine if there are viable sources that can provide both OCONUS Freight and Customized Training courses. We are seeking the availability and technical capability of businesses to including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISCLAIMER: CONTRACT/PROGRAM BACKGROUND: Contract Number: None Contract Type: N/A Incumbent and their size: N/A Method of previous acquisition: N/A Brief description of the current program/ effort: In 2013, the Federal Bureau of Investigation's (FBI) Next Generation Identification (NGI) System deployed the new National Palm Print System (NPPS) which contains millions of palm prints that are now searchable on a nationwide basis. The deployment of NPPS and improvements in latent fingerprint search performance are providing powerful new and enhanced crime-solving capabilities for more than 18,000 local, state, tribal, and federal law enforcement agencies across the country. In addition, NGI has expanded criminal and civil searches against the Universal Latent File, potentially generating new investigative leads in unsolved and/or cold cases as well as latent enrollment and search enhancements. In 2015, in an effort to meet current and future identification technologies requirements, Air Force Office of Special Investigations (AFOSI) and the Army Criminal Investigations Command (CID) began purchasing LScan Booking Stations and utilizing the NPPS List Anticipated Time Frame: March 28, 2018 List Place of Performance. CONUS / OCONUS DoD Locations REQUIRED CAPABILITIES: Training  Conduct training in accordance with the Call order schedule at CONUS and OCONUS locations.  Conduct a maximum of 35 Train the Trainer courses at the company's campus. Each course must be no more than three business days.  Conduct a maximum of 115 Advanced user Train the Trainer courses at multiple locations identified by the government.  All training shall be performed by instructors with full experience of how to operate all products procured by under the government GSA BPA. Instructors shall be able to answer all questions regarding the use of the booking stations and supporting equipment.  Provide copies of all training materials to the COR including but not limited to presentation material, curriculum, user guides and reference materials.  All travel shall be in accordance (IAW) with the Federal Travel Regulations, prescribed by the General Services Administration and the terms of this GSA BPA. Both Training and OCONUS Freight will be required for a Base period, and four one-year Options. SPECIAL REQUIREMENTS Must be certified to instruct on the Crossmatch LScan Booking Station SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 611519 - Other Technical and Trade Schools with the corresponding size standard of $15M. This Sources Sought Synopsis is requesting responses to the following criteria businesses that can provide the required services under the NAICS Code. To assist the contracting office in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT Friday, March 20, 2018 at 4:00 PM Eastern Standard Time (EST) to lazarus.g.toussaint.ctr@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than 4five pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. : The contractor shall provide a maximum of 150 training sessions, which will be identified in the Individual Booking LScan Call Orders. The specific tasks that must be performed include: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-18-A-3000-OM/listing.html)
 
Record
SN04845476-W 20180309/180307231207-9e4ebe4b5ebd107851aba62483297373 (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.