SOURCES SOUGHT
B -- Construction of Iris Image, and Finger Vein Image, Standard Reference Databases
- Notice Date
- 11/10/2010
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- NB894030A07121
- Archive Date
- 11/19/2010
- Point of Contact
- Mario A. Checchia, Phone: 301-975-8407
- E-Mail Address
-
mario.checchia@nist.gov
(mario.checchia@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a request for information/sources sought notice(RFI) to assist the National Institute of Standards and Technology(NIST) for the purpose of conducting market research. A solicitation is not currently available, and unsolicited proposals in responses to this RFI will not be accepted. The NIST, Gaithersburg, Maryland is conducting market research for the following : DRAFT STATEMENT OF WORK - Construction of Iris Image, and Finger Vein Image, Standard Reference Databases BACKGROUND - After fingerprints, iris recognition has emerged as the second most widely implemented and supported biometric modality. The existence and availability of a broad range of iris image capture equipment affords users the possibility to include iris recognition in many application identification and authentication scenarios. This range also implies a diversity of technologies used for iris capture and this, in turn, raises the possibility that an iris image captured on one device may be imperfectly recognized on another. The support for the ISO/IEC 19794-6 iris image data interchange standard is a necessary but not sufficient part of the interoperability mandated by Homeland Security Presidential Directive 24 - Interoperability requires iris recognition algorithms to be capable of processing images from all cameras, and for cross-comparing them. Vascular biometrics has emerged as a biometric modality that can be captured by itself, or, in the form of a finger vein image, nearly simultaneously with traditional fingerprint image. Vascular imaging technology, embedded in single-provider products, has demonstrated accuracy and usability sufficient for authentication purposes. While the ISO/IEC 19794-9 vascular image standard has been published, there remains a paucity of image data available for development of a competitive marketplace for recognition technologies. This contract supports development of standard reference databases for improved iris and vascular image performance interoperability. SCOPE OF WORK -The Contractor shall collect biometric data from volunteers of their fingers and eyes as specified in this requirement. SPECIFIC TASKS-The Contractor shall provide all support for project oversight, equipment, administration and technical execution of this contract. The Contractor is responsible for maintaining accurate records of project activities. The contractor shall collect biometric data from a population of consenting volunteers. The data and specific associated metadata shall be delivered to NIST. The population shall number at least 250 individuals. Data from each member of the population shall be collected on two occasions. A minimum of thirty calendar days shall separate the first and second collections. The specific data and metadata elements are tabulated in the following Table. # Camera Supplier Biometric Modality Number Camera Name or Description 1. Hitachi-Omron Vascular structure between the medial and distal joints. Four fingers 2. Sagem finger vein imaging device Vascular structure between the medial and distal joints. Four fingers 3. L1 Identity Solutions Vascular structure between the medial and distal joints. Four fingers 4. Crossmatch Technologies Four fingers Guardian 5. L1 / Securimetrics Iris Two eyes Pier 2.3 Iris Reader - Portable Iris Enrollment & Recognition (PIER) Device 6. Crossmatch Technologies Iris Two eyes SEEK or I-SCAN2 7. LG Iris Two eyes Handheld, H-100 8. LG Iris Two eyes 4000 series 9. Aoptix Iris Two eyes Design specification is that camera operates near 2 meters 10. Hoyos Group / GRI Iris Two eyes Camera operates between 1 and 5 meters from the subject. 11. Iris Guard Iris Two eyes IG- AD100 12. Kalo Vision Iris Two eyes FII 3.0 13. Digital SLR (i.e. passive visible light) camera Upper part of the face to include both eyes Two eyes Capture of an image of both eyes. The number of pixels between the centers of the eyes shall exceed 2000. The sensor specifications shall be finalized with NIST Contracting Officers Techncial Representative (COTR) before any collection starts. The contractor shall consult with the supplier on the specifications and interface requirements of the camera. The contractor shall consult with the NIST COTR on the specifications of the camera. The contractor shall consult with, and get written approval from NIST should one or more camera models become unavailable or unsuitable, and require substitution with another camera. Each camera shall be used to image all members of the consenting population. Volunteer Population: The contractor shall recruit a volunteer population. The volunteer subjects shall appear before each camera in a cooperative manner. Each volunteer shall be imaged on two or more separate occasions separated by at least 30 calendar days. Informed Consent: The contractor shall review the consent form provided by NIST. The contractor shall get written approval from NIST on any modifications it seeks on the content of the consent form. The contractor shall ensure that all volunteers read and sign all necessary consent forms. The consent form shall specify that certain eye diseases require exclusion of some participants from some parts of the study. The consent form shall specify that the collected images and metadata will be maintained as a standard reference database at NIST, may be used for RDT&E in US Government Agencies, and will be disseminated to commercial and academic organization, and may ultimately become public. NIST Institutional Review Board: The contractor shall review the Institutional Review Board (IRB) documentation provided by NIST. The contractor shall inform each volunteer that the data collection protocol has met IRB requirements. Data Collection: On each day, each volunteer shall make three appearances before each camera. If the camera supports separate enrollment and verification modes then one enrollment and two verification attempts shall be made. The contractor shall consult with the supplier on the intended mode of use of the camera. The contractor shall get written approval from the NIST COTR on the collection protocol before the collection begins. The contractor shall not deliver biographic data (including name, address, phone numbers, social security numbers, and driver's license numbers) to NIST. The contractor shall collect only that information to contact the volunteer. The contractor shall maintain contact information for the volunteers to recall volunteers after the 30 day minimum period. Image representation and processing: The cameras shall be configured to output uncompressed rectilinear images of at least two fingers. These images shall be stored in an uncompressed open image format. The images shall not be processed by the contractor. The images shall not be selected or discarded by the contractor. The contractor shall assign each volunteer an integer identifier that is unique to that individual. The contractor shall organize the collected images such that the images from each volunteer are logically associated under the unique identifier. Further the data shall be organized and collected by the name of the sensor used and by the enrollment or verification mode of the camera. The contractor shall consult with NIST prior to data collection on the schema to be used to deliver the data. The contractor shall get written approval for interim and final data schemas from NIST. I. DELIVERABLES AND DELIVERABLE DUE DATES The following shall be delivered to NIST. 1. Documentation of the collection protocol, to include photographs of the collection stations. Due no later than (NLT) 50 days after contract award. 2. Enumeration and photographs of the capture equipment. Due no later than 180 days after contract award. 3. Monthly status PowerPoint briefing. Due NLT than the eighth calendar day of each calendar month starting the month after contract award. 4. All of the images, collected metadata, and documentation to be supplied in open and documented formats. Due no later than 180 days after contract award. 5. Signed consent forms from each volunteer. Due no later than 180 days after contract award. 6. Signed statement that all images and metadata have been purged from all media and computers owned or used by contractors and affiliates. Due no later than 185 days after contract award. 7. Signed statement that the contractor and its affiliates possess no proprietary, control, or ownership interest in any of the images, metadata or any other deliverable. Due no later than 180 days after contract award. 8. Signed statement that the contractor and its affiliates have not transferred any collected biometric data to any party (e.g. the camera suppliers) except the Government contact at NIST. Due no later than 180 days after contract award. 9. At the end of the period, a closeout PowerPoint briefing. Due no later than 185 days months after contract award. 10. At the end of the period a text file giving a manifest of all data and deliverables, and their delivery dates. Due no later than (NLT) 185 days after contract award. 11. Delivery of cameras, ancillary hardware, and software to the NIST TA. Due no later than (NLT) 185 days after contract award. Standards for Acceptance of Deliverables: The COTR will provide comments on each deliverable within 9 calendars days from receipt of a given deliverable. The contractor shall make any needed changes to the deliverables within 14 calendar days from receipt of electronic or written comments from the COTR. II. PERIOD OF PERFORMANCE AND PLACE OF PERFORMANCE The period of performance shall be approximately seven months after award of this requirement. Performance will be at the Contractor's facility. III. GOVERNMENT-FURNISHED PROPERTY, DATA AND/OR INFORMATION All property, data and information and equipment provided by the Government in the performance of this task remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. Upon contract award the Government will provide: 1. Give the contractor the necessary Institutional Review Board documentation. 2. Give the contractor the consent form. 3. At the contractor's request, NIST will provide documents describing the purpose of the data collection. 4. At the contractor's request, NIST can give one briefing to staff members of each camera manufacturer. IV. RISK ASSESSMENT The HSPD-12 Security Risk Level assigned to this contract is low risk. V. DELIVERABLES AND PAYMENT SCHEDULE The Contractor may invoice the Government upon receipt from the COTR that a given deliverable is of acceptable quality and that all other assigned tasks are up to date. VI. CONTRACTOR'S MINIMUM QUALIFICATIONS The Contractor shall have at least a bachelor's degree or higher in computer science, electrical engineering or mathematics. The Contractor shall also have at least 5 years of experience in biometric data collection, biometric test design, biometric testing, biometric standards, iris recognition and fingerprinting. VII. GENERAL INFORMATION Misconduct or Disruption of Services: At any time during the performance period of this contract, the Contracting Officer, Technical Information Contact (TIC) or Operating Unit (OU) Director may request the Contractor employee be immediately removed from the premises if they determine, at their unilateral discretion, that any of the Contractor employee's actions or impaired state to be a disruption to the workforce. Patent Rights: The Government retains a Government use license to all inventions arising from this work. Media Inquiries: The Contractor employee shall not respond to any media inquiries. Any inquiries from the media shall be immediately relayed to the COTR and/or CO. There shall be no interviews, comments, or any other response without the knowledge and approval of the NIST Director. Any organization responding to this RFI notice shall have the capabilities to provide the services of the NAICS code 541690 Other Scientific and Technical Consulting Services. NIST is especially interested in receiving input from small businesses who can meet the above described capabilities. HOW TO RESPOND TO THE SOURCES SOUGHT NOTICE- Potential sources that possess capabilities to perform the aforementioned services are encouraged to respond to this notice and provide the following information: 1) Detailed narrative describing the company/organization's current capabilities that are directly relevant to the aforementioned work; 2) Description of each similar project completed by your company/organization as a prime Contractor or as a significant Subcontractor within the past three (3) years, including as much of the following information as possible: (a) dollar amount of the contract; (b) brief description of the technical requirements of the project' (c) contract type used on the project (e.g., firm-fixed price, labor-hour, time-and-materials, cost plus-fixed fee, cost-plus-award-fee and cost plus-incentives-fee, etc); (d) indication of how long the project took to complete from start to finish; and (e) name, address, point of contact and phone number of the customer organization for which the work was done. 3) Current socio-economic status of your company as it relates to North American Industrial Classification System (NAIC) code listed above. 4) Indication of whether your company currently has an active registration in the Central Contractor's Registration at www.ccr.gov. Your submission must be received by 10:00 PM EST on November 17, 2010 by email to : Mario.Checchia@nist.gov. The capability statements shall be not more than twenty-five (25) pages on 8.5" x 11" paper, with 1" margins and a 12 point, commonly used font such as, Courier New or Times Roman in length. The Government reserves the right to contact any of the submitters to attain further market research. THIS REQUEST FOR INFORMATION/SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOPOSALS AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. RESPONSES SHALL NOT INCLUDE COST OR PRICING INFORMATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB894030A07121/listing.html)
- Place of Performance
- Address: Contractor Site, United States
- Record
- SN02325646-W 20101112/101110234103-598782751d2dab9105912315c3a43791 (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 |