MODIFICATION
D -- Tactical Biometric Systems (TBS) Software
- Notice Date
- 1/11/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-X-H005
- Response Due
- 1/24/2012
- Archive Date
- 2/8/2012
- Point of Contact
- Linda Chant, Contract Specialist, 609-562-8084
- E-Mail Address
-
Linda Chant
(Linda.f.Chant.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Please see below Sources Sought for Tactical Biometric Systems (TBS)Software Engineering Services and Support for Peripheral Devices/Platform. The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Project Manager (PM), Department of Defense (DoD) Biometrics (PM DoD Biometrics) intends to procure services and hardware to support the Tactical Biometrics System (TBS). The TBS is comprised of multimodal equipment/components that collect and compare fingerprints, iris images and facial photos in allied, threat and neutral environments inclusive of installation/remote access equipment/peripherals for enrollments and match data submission to a central repositiory. This effort focuses on four (4) major task areas of support: (1) Software Engineering Management Support, (2) Software Engineering Maintenance Support (3) Enhancements to the TBS integrations or interoperability with existing or emerging Commercial Off The Shelf (COTS)/Government Off The Shelf (GOTS) Hardware (HW) and Software (SW) products as directed by the Government and (4) Procure and deliver COTS Hardware as directed by the Government. The overall efforts of the major tasks are to sustain the current configuration of TBS and its peripheral devices/associated platforms, continue the engineering and development to meet immediate customer (field) requests, procure required hardware and define the requirements for the next generation of TBS or its replacement. The contractor shall provide Software Engineering Support (SES) for all TBS SW and HW configurations. The contractor shall supply technical expertise to identify, document, and implement disciplined, repeatable procedures to operate, sustain, and manage TBS systems. This includes user maintenance of the full capabilities of fielded systems in support of the Warfighter. This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-12-R-H009 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number. The key TBS systems include: 1.Enrollment Kit2. Tactical Collection Device3.Server, software and associated licenses4. Battery Charging Stations for Tactical Collection Device batteries, 5.Badge Printers 6. Palm Print Scanners, The anticipated period of performance will be for one (1) base year and two (2) one-year option periods. The proposed acquisition will commence on/about 15 August 2012. Contractor personnel will be required to possess a SECRET Clearance with no safeguarding capability required. The contractor will also require access to non-SCI information in accordance with the Performance Work Statement (PWS). In accordance with FAR Part 19, the government seeks maximum practicable opportunities for small business participation for this acquisition. Interested small business concerns that are qualified as a small business concerns under the North American Industry Classification System (NAICS) 541512, with a size standard of $25 MIL are encouraged to submit their capability packages and should identify your companys small business size standard based on that code. Please submit capability statements (not to exceed 10 pages) for TBS Hardware and Software Support Services relevant to the TBS SES PWS. A DRAFT TBS SES Performance Work Statement will be posted with this request for information. In addition, detailed answers to the following questions must be submitted as part of your response to this announcement: (1) A description of the relevant Biometric background, experience, and skills of your company's projected personnel to perform the software development and sustainment of Tactical Biometric Systems (TBS) currently deployed world-wide and to provide the combined systems engineering and functional expertise for the Biometrics Automated Toolset, Army (BAT-A) and supported peripheral devices to include other systems interface requirements. (2) A description of the relevant Biometric background, experience and skills of your company's projected personnel to provide the timely implementation of Information Assurance (IA) initiatives and the required documentation that supports securing the necessary approvals to operate on the network and to ensure no vulnerabilities exist that could expose critical data to exploitation to the detriment of the Warfighter. (3) A description of relevant Biometric expertise and skills of your company's projected personnel of the systems engineering team relevant to timely software releases meeting critical Warfighter urgent or emerging requirements. (4) A description of the relevant Biometric background, experience and skills of your company's projected personnel to provide combined integration/interoperability and networking expertise for detailed setup and configuration of TBS and peripheral devices. (5) A description of the relevant Biometric background, experience, and skills of your company's projected personnel to procure, integrate, interoperate, load software, First Article Testing, use of engineering change proposals to meet emerging requirements and delivery methods employed to secure COTS hardware that is fully operational to refresh TBS equipment which has reached end-of-life. (6) Any other information that clearly demonstrates the respondent's relevant Biometric capabilities, expertise, and experience are readily accessible to perform the requirements. NOTE: An Industry Day will not be held for this potential acquisition. However, a list of all respondents to the sources sought notice/market research will be provided and posted on the Federal Business Opportunities page so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures. Contractors are responsible for all costs for submitting their capability packages. The POCs for this requirement are the Contracting Officer, Evonne Heyward at evonne.m.heyward.civ@mail.mil (609-562-7116), the Contract Specialists, Linda Chant, at linda.f.chant.civ@mail.mil (609-562-8084) and Kathleen Hansen at kathleen hansen4.civ@mail.mil (609-562-8099). All capability packages, and PWS information/comments from Industry must be electronically submitted to the POCs by 24 Jan 2011 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice. All contractors must submit as part of the capability packages the company CAGE code, DUNS number, company POC, address/telephone number, and the companys size standard in accordance with the above NAICS code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9260b83a31782ba6bad9413265136330)
- Record
- SN02653100-W 20120113/120111235353-9260b83a31782ba6bad9413265136330 (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 |