Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOURCES SOUGHT

D -- Biometrics Systems Engineering and Technical Assistance (SETA) support to NGIC

Notice Date
6/10/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
MAC0003
 
Archive Date
7/2/2010
 
Point of Contact
Lisa A Kraft, Phone: 618-229-9632
 
E-Mail Address
lisa.kraft@disa.mil
(lisa.kraft@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Biometrics Systems Engineering and Technical Assistance (SETA) support to NGIC CONTRACTING OFFICER ADDRESS: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 DESCRIPTION: PURPOSE : The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure Biometrics Systems Engineering and Technical Assistance (SETA) support to NGIC. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE : In particular, only small businesses are requested to respond to this RFI to assist the National Ground Intelligence Center and Defense Information Systems Agency (DISA) in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541712 or 541519. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. BACKGROUND: The National Ground Intelligence Center (NGIC) is the designated repository for Department of Defense Intelligence Information Systems (DODIIS) biometric-related intelligence. To support this role NGIC is providing analysis of biometric intelligence data and enhancing the NGIC ES Biometric Systems. The NGIC ES Biometric Systems interact with other intelligence systems and Biometric Enterprise components on NIPRNET, SIPRNet and JWICS Networks. DODIIS users and War-fighters access the repositories to perform their daily functions. Additionally, the NGIC is working closely with technical support to key DoD and intelligence community organizations that support aspects of the overall biometric collection and exploitation mission. The NGIC Biometrics SETA Support task order provides SETA support and related services in support of NGIC's biometric intelligence mission. OBJECTIVES/SCOPE: Interested vendors are requested to submit a maximum 6 page statement of their knowledge and capabilities to perform the following objectives for the anticipated NGIC Biometrics SETA Support task order: •1. Demonstrate recent past experience (within the last three years) in supporting similar efforts in the DOD Intelligence environment. The contractor must have proven experience delivering complicated SETA services within the Intelligence Community. •2. The contractor must demonstrate biometrics subject matter expertise. •3. The contractor must show experience with providing support to systems with an intricate process driven deployment cycle with structured enclaves. •4. The contactor must show experience with Army, DoD, and IC Information Assurance certification and accreditation. The contractor must show knowledge of DISA Security Technical Implementation Guide(STIG) requirements. •5. Demonstrate the ability to manage task order financials, deliverables and monthly status. •6. Demonstrate the ability to run a program management office (PMO) and implement industry best practices and management processes to ensure timely and effective mission accomplishment. The contractor shall demonstrate the ability to manage/lead a multi-contractor team to execute multiple tasks to achieve successful results and meet deliverables within Government-specified schedule and cost objectives. •7. Demonstrate the ability to provide systems analysis, engineering, and architecture support throughout the entire software development lifecycle process to ensure biometric software applications satisfy system and functional requirements, including interoperability with other DOD/IC systems. •8. The contractor must show the ability to monitor and evaluate the methods, practices, and technical products of the NGIC biometric systems enhancement contractors for quality, accuracy, effectiveness, and efficiency. •9. Demonstrate ability to manage software baseline of requirements, including thorough documentation of requirements; maintaining the requirements repository, status, allocation to baseline, and verification through test milestones; and managing and running requirements review and approval boards. •10. The contractor shall provide the personnel and resources necessary to provide for planning and conducting unclassified and classified technical conferences, seminars, workshops and program reviews. •11. The contractor must show that they can fill vacant positions, within 2 weeks, meeting the security requirements of DD Form 254 and Performance Work Statement (PWS). •12. The contractor must show that they can provide SETA support at classification levels up to Top Secret/Sensitive Compartmented Information (TS/SCI). RESPONSES: All responses are limited to 6 pages (excluding the cover page), using a Microsoft Word format (i.e., 1 inch margins, Times New Roman 12 font). The responses should specifically describe the contractor's ability to meet the requirements outlined in the RFI. Responses to this RFI are to be submitted via email to aaron.fowlkes@us.army.mil no later than 17 June 2010, 3:00 pm, Central Time. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI/SOURCES SOUGHT OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. 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. Responses to the RFI will not be returned nor will the Government confirm receipt of the RFI response. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. All government and contractor personnel 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 in 41 USC 423. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0003/listing.html)
 
Place of Performance
Address: See RFI above, United States
 
Record
SN02174815-W 20100612/100610235714-fdeb3dcb2088585ec2d602ab5cb85724 (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.