SOURCES SOUGHT
99 -- Biometric Data Collection Units
- Notice Date
- 2/22/2018
- Notice Type
- Sources Sought
- NAICS
- 561611
— Investigation Services
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, Grants, Acquisitions, Procurement and Policy Division (INL/RM/GAPP), SA-4 Navy Hill, South Building, 2430 E Street, N.W., Washington, District of Columbia, 20037, United States
- ZIP Code
- 20037
- Solicitation Number
- 191NLE18N002
- Archive Date
- 3/16/2018
- Point of Contact
- Manuel Mendoza, Phone: 2027369139
- E-Mail Address
-
Mendozama@state.gov
(Mendozama@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Description(s): This is a request for information (RFI) that will be used for market research and possibly the formulation of a solicitation for 50 Mobile Biometric Data Collection Units. To determinate the availability if viable sources along with their socio-economic status. If your company can supply the items listed in the SOW/Specifications, please respond with an email stating your ability to satisfy this requirement and your socio-economic category. This is a request for information "only" and may or may not actually result in the posting of a solicitation or an actual award. If you choose to participate, the due date for your submittal will be no later (NLT) 12:00 PM, EST on Thursday March 01, 2018. Thank you in advance for your interest and participation in our RFI process. We sincerely look forward to your timely submittal. Request for Information (RFI) A. This Request for Information (RFI) will be used to identify potential sources that are interested in and capable of performing the work described in this "Draft" Statement of Work (SOW). In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for conducting market research, information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests. B. The purpose of this RFI is to communicate and solicit feedback from industry on the "Draft" version of an upcoming overseas requirement to facilitate procuring Biometric Data Collection Units. Contractors shall provide company capabilities and pictures. The NAICS Code for this requirement is 561611 Investigation Services. C. All responding contractors must possess vast experience in procuring and delivering requested items based on the preceding criteria, which for this requirement will be deployed overseas. Therefore, we are seeking responses to the following questions: 1. Is your company authorized to conduct business and provide services overseas? 2. Is your company partnered with an organization that is located in, or authorized to do business overseas? 3. Does your company or partnering company possess all of the licenses, visas, permits, certificates, insurance and registrations or other documents needed to conduct business overseas? D. All responses are to include: 1. Name of Company 2. GSA Schedule Number, if applicable. 3. Small Business Size/Type 4. NAICS Code 5. Socio-economic Status 6. Description of your company's relevant experience and resource capabilities in performing this type of work. E. Please do not provide generic capability statements as they shall add no value to this RFI. The Government is seeking specific information in conjunction with the specifications of this requirement. F. The page limitation for responses is 10 pages. G. All responses shall be submitted in writing via email to Manuel Mendoza (Contract Specialist) at MendozaMA@state.gov no later than 12:00 PM, EST on Thursday March 01, 2018. In order to participate in the resulting RFQ and to be eligible for an award, the proposer must have (i) a current CAGE Code, (ii) a DUNS#, (iii) be registered to do business with the Government of the United States in the System For Award Management (SAM) and (iv) not be on the Excluded Parties List. https://www.sam.gov Biometric Data Collection Units INL-Guatemala has the requirement for 50 mobile biometric data collection units that would be utilized by various Government of Guatemala (GOG) Agencies to collect biometric information of people passing through the borders of Guatemala. Vendors shall prepare their proposal and quotation in accordance with the requirements outlined below Technical Specifications: Equipment similar or equal to: Kojak bio-metric collection unit. Lightweight, mobile, biometric capture solution capable of procuring biographic information, face recognition quality photograph, irises, rolled and flat fingerprint images, as well as the ability to receive a response message from designated data repositories. The solution must contain a biometric capture, processing and response software that enables the procurement of the aforementioned biometric modalities as well as biographic information. The software must guide the operator through the capture process and feature real-time image quality check, sequence verification, auto-center, and auto-contrast functions. The software must be able to export files captured on the device in Electronic Biometric Transmission Specification (EBTS) compliant files and should contain the ability to upload EBTS files (identities) onto the device for local biometric matching in the event that the capture device does not maintain a hardwired, cellular, or Wi-Fi connection. The data entry process must be simplified through the use of drop-down menus for demographic information, reducing operator errors and making it ideal for high-volume processing environments. The software must be tailorable to allow for the insertion of fields into the capture process at the requirement of the system owner. Features •Lightweight, compact design •Captures both flat and/or rolled fingerprint images •Supports a minimum of five finger slap capture •Face capture image is ISO 19794-5 standards compliant • Maintains an integrated flash technology for low light capture •Simultaneous dual-eye capture, ISO 19794-6 / 29794-6 compliant, •Automatic biometric capture device calibration and automatically incorporates all table up dates •Enables configurable dropdown selections for designated biographic capture criteria •Meets government PII data encryption standards (in transit and at rest) •Maintains integrated Wi Fi capability •ICAO-compliant 2- and 3-line MRZ, including Passport, Travel Visa, and National ID Cards •Configurable data input features to meet federal specifications •Fully compliant ANSI/NIST standards •FBI Appendix F Certified •USB 2.0 power/data interface •Ingress Protection (IP) Level 54 compliant •Transaction acknowledgement, tracking, biometric identification response receipt, and reporting Specifications: Resolution500ppi Fingerprint Capture:Single finger rolls, single finger flats, four finger slaps, two thumbs using FAP-45 Dual print and roll-capable, 1.6" x 1.5", Non-Optical ‘LES' Sensor; 500 dpi resolution Iris Capture formatDual Iris Procurement in a single capture at >200 pixels across the iris Face CaptureIntuative Face Capture at >0.5 m stand-off: >140 pixels between eyes, ISO-compliant cropping and de-rotation Document ReadDocument photo and MRZ capture and read required, captured document information must will be properly to populate the applicable biographic fields Weight: 3.6 lbs (1.6 kg) Data and Power: USB 2.0 or 12V DC, 4A Capture Mechanism: Automatic or via capture button LED Indicators: Power, status and fingerprint image quality Fingerprint Sensing Area3.2" x 2" (FAP50) Fingerprint Platen Area3.38" x 2.12" Fingerprint Gray Scale256 grayscale dynamic range Fingerprint Image Size1600 x 1000 pixels Supported Image FormatsRAW, JPEG2000, BMP, PNG, WSQ Operating Temperature: -10°C to +55° C (14° to 131° F) Humidity: 30-85% relative humidity, non-condensing Storage Temperature: -40°C to +80° C (-20° to 176° F) Standard Software •User Friendly Capture Interface Design •Enables the ability to display response information from a biometric search in either full identity details or ‘red light/ green light' configuration based on approved settings. •Maintains user login capability and identity authentication •FBI-certified processing software •Capture 14 NIST fingerprint images •FBI-certified WSQ compression module •SMTP, FTP, XML and NIST interface module •Quality check and sequence check module •Segmentation of flats into single fingerprint images Certifications •FBI Appendix F •Ingress Protection (IP) 54 compliant •USB-IF certified •FCC •CE •UL On- site training The contractor shall develop an on-site "Train the Trainer" curriculum to teach Guatemalan Law Enforcement/Immigration officials on the use and operational maintenance of the equipment. Description and requirements: oThe training shall be conducted in Guatemala, City within 30 days of receipt of equipment. oThe training shall be provided in Spanish. INL Guatemala will coordinate and pay for translator services locally if necessary. oLength of training: two (2) on site one day training course (using the" Train the Trainer" curriculum). It means that each training shall be a one day course in duration per group. oSchedule: From 8 a.m. to 5:00 p.m. oNumber of attendees per class: 15 students each day oAddress: PNC DIPAFRONT Headquarters, 14 Calle, 13-17, Zona 1, Guatemala City oContractor shall design and develop all training materials to be used in the trainings. A copy of all training materials include PowerPoint presentations, manuals, handouts, and list of reference materials used for curriculum development be provided to the INL Program Officer. oTraining materials shall be available and provided to each student in both languages - English and Spanish whichever it's the need. Warranty •The contractor shall provide a one year warranty that will provide service to the equipment including parts and labor to effect repair of the units as needed. •Consider "optional" the contractor will provide a quote/offer for two additional years of extended warranty to provide service to the equipment including parts and labor. •It would be desired that all parts, accessories, service and repairs - if applicable for the equipment shall be available in Guatemala and/or obtainable within a reasonable time period. •In case that a return of a equipment should be estrictly necessary: To facilitate expeditious return of warranty items and to avoid delays in the warranty process, the offeror shall provide within 30 days of notification of a warranty action the required information to facilitate shipping of warranty items to manufacturer. This includes, but is not limited to, information to ensure full compliance with ITAR regulations and no delay in providing the Reference RA# and a shipping address. Control Base Stations (Part Number for reference, followed by description and quantity). Shipping And Delivery: CIF Destination. La Aurora International Airport, Guatemala City Via: Air freight •The contractor shall properly pack and ensure that all items are prepared for safe shipment to Guatemala City •Consolidate the entire shipment to prevent loss and misdirection. •The contractor upon notification shall replace any lost or damaged items during shipment. •Partial shipments are not allowed. •The contractor shall include all necessary export approvals, licenses, and paperwork in compliance with all applicable export/ITAR licensing requirements. If an export license is required, the items shall not be shipped until necessary export licenses are approved. •Final destination: LA AURORA INTERNATIONAL AIRPORT - GUATEMALA, CITY •The contractor shal consider within the quote all CIF (cost, insurance and freight) shipping expenses, to the above-mentioned address. •The U.S. Government will handle the customs clearances portion of the shipment and instructions on how to consigned the documentation - invoice, packing list and airway bill - will be provided after the order has been awarded by CO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/191NLE18N002/listing.html)
- Place of Performance
- Address: State Department SA-1, Washington, District of Columbia, 20037, United States
- Zip Code: 20037
- Zip Code: 20037
- Record
- SN04831734-W 20180224/180222231956-d15a8ed303ea822bb6f36c67c1f668cb (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 |