SOURCES SOUGHT
D -- National Integrated Ballistics Information Network (NIBIN) - RFINIBIN2018
- Notice Date
- 4/3/2018
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
- ZIP Code
- 20226
- Solicitation Number
- RFINIBIN2018
- Archive Date
- 5/2/2018
- Point of Contact
- Daniel Cordes, Phone: 2026489111
- E-Mail Address
-
daniel.cordes@atf.gov
(daniel.cordes@atf.gov)
- Small Business Set-Aside
- N/A
- Description
- RFINIBIN2018 PDF Please see the Attached RFINIBIN2018 PDF. All responses due Tuesday, April 17th no later than 5:00 PM EST to Daniel.Cordes@atf.gov Below is a pasted version of the attachment; RFINIBIN2018 PFD. Synopsis: Added: March 2018 The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is seeking to revise, modernize and improve the National Integrated Ballistics Information Network (NIBIN). NIBIN today links over 175 local and state law enforcement agencies, allowing these agencies to solve crimes by comparing ballistics data within their regions or nationally in order to generate matches and link criminal investigative cases by the firearms used. ATF is seeking a vendor that can provide an innovative and cost-effective approach to capturing and comparing ballistics images. ATF is interested in a web-based system or networked system with high redundancy and fault tolerance. The system should be capable of acquiring the topographical features of fired ammunition components, comparing the images in order to generate matches, allowing manual entry of firearms data and case data and of reporting, data visualization and data mining capabilities. The preference is also to be able to use plug and play imaging equipment that is interoperable with any government-furnished workstations and servers. Government selected contractors should be able to install and service both the equipment and the software. This modernized version of NIBIN may also eventually be able to be incorporated into ATF's Service Oriented Architecture. Ideally, the intellectual property would be developed for and owned by ATF. Responses can cover all or parts of this request. Preferences for Hardware and Software Architecture: 1. Enterprise-wide design; service oriented architecture 2. Plug and Play Imaging equipment that can capture ballistics images in a standard format and could be used with any existing GFE workstations/laptops and servers. 3. Portability, scalability 4. Central data repository with redundancy, automatic failover and fault-tolerance 5. Rapid data exchange and data synchronization between devices/computers 6. Smart client functionality 7. Ability for server deployment to FedRAMP certified government cloud environment 8. Use of virtualized servers and clients. Virtualized clients will be capable of running on Government furnished computers. 9. Sufficient memory for storing captured images 10. Solution should be a Certified Off the Shelf (COTS) product 11. Systems must come with a maintenance plan to include on-site and remote access log in. 12. Maintenance plans should include minimum/maximum down time schedules. The application software should have minimum functionality as follows: Collection/Input of images of cartridges and/or bullets: 1. A calibration/alignment method and camera equipment for collection of cartridge casing and or bullet images 2. Automation of image capture so that the captured images are uniform and standard 3. Manual entry of associated case information 4. Manual entry of firearms information 5. Ability to associate multiple images with a case 6. Cases can be modified, deleted, added 7. Each image is capable of being compared to other images 8. Automatic synchronization with server 9. Manual synchronization with server at user request 10. System must be capable of multitasking 11. User friendly and icon driven 12. Dual stage microscope for acquisition of cartridge cases and/or bullets 13. 3D image capture 14. Ability to capture and compare multiple regions of interest on cartridge cases including breechface, firing pin, ejector mark Comparison of Images to generate matches between images: 1. Request for top number of matches returned to user should be user configured 2. Comparison automatically occurs after all image and case data entry are completed 3. Configurable to automatically return results to one or more users 4. Can also be done upon manual user request for matches 5. Can be done between ATF specified "law enforcement regions" or nationally 6. Results should typically be returned within two hours. 7. Results provides list of matches and images so user can "view" and do their own visual comparison. 8. Must have a multi-viewer function for review process 9. Must be capable of adding memory when needed 10. Images must be compatible with current data bases Reporting and analysis capability 1. Image analysis can be done with many different methods of visual comparison or data mining. 2. Reporting by regions or nationally 3. Multiple images can be compared/viewed side by side or other ways 4. Various ad hoc or custom reports can be generated from the data 5. Reports can be printed, images can be printed Database 1. All data (images and related case data) are stored centrally 2. Import and export of data by any participating NIBIN law enforcement agency 3. Redundancy 4. Fault tolerance 5. Data exchange with other countries or agencies using NIEMS XML standard 6. Highly Desirable: data migration of exported NIBIN legacy data and ability to compare newly captured images with legacy images and generate matches. Security Requirements 1. Must meet all minimum Department of Justice (NIST) security requirements for Sensitive but Unclassified data (SBU) and moderate risk systems. a. Latest version of NIST 800-53 (https://nvd.nist.gov/800-53) b. Applicable and latest Defense Information Systems Agency (DISA) Security Technical Implementation Guides (STIGS) (https://iase.disa.mil/stigs/Pages/a-z.aspx) c. FIPS 140-2 (and Annexes) (https://csrc.nist.gov/Projects/Cryptographic-Module-Validation-Program/Standards) d. FIPS 140-200 (https://csrc.nist.gov/publications/detail/fips/200/final) e. DOJ Vulnerability Management Plan f. DOJ Strong Authentication Plan g. The contractor shall have a plan to address compliance with any new federal, DOJ, or ATF security requirements in the future including NIST 800-53, DISA STIGs, the DOJ Vulnerability Management Plan, and the DOJ Strong Authentication Plan. Disclaimer: The following requested information to be provided is for planning purposes only and does not constitute a Request for Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of the competitive process. In addition to the discussion of the system's relation to the above listed standards, the following should be provided. Please reference question number with each response as follows. 1. Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address, and Size of your Organization (i.e. Large Business, Small Business) using as the basis for your response. 2. Responses should identify your organization's experience with and capability with regard to web based software development and ballistics imaging. Explain core elements to your software package. 3. Provide a limited discussion of algorithm methodology for your software. 4. Provide a discussion of availability of the software and its ability to be placed on an intranet server for use by the NIBIN offices nationwide. 5. Explain the data formats that would be used and whether they can be uploaded into common software (i.e. spreadsheet or word processing formats). 6. Is the software being used by other government (Federal, State or Local) organizations (if so, who). 7. Responses should identify any current or potential future regulatory, security concerns. The primary point of contact for this notice is Dan Cordes, 202-648-9111. The alternate point of contact for this notice is Jim Huff, 202-648-9117. Please submit electronic responses (via email) by Tuesday, April 17th 5PM Eastern Time to Daniel.Cordes@atf.gov. Contracting Office Address: Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE 3rd Floor - Acquisitions, Washington, DC, 20226, UNITED STATES Place of Performance: Washington, DC 20226 Point of Contact(s): Daniel Cordes, Contracting Officer, Phone (202) 648-9111, Fax (202) 648-9659, Email Daniel.Cordes@atf.gov - James Huff, Contracting Officer, Phone (202) 648-9117, Fax (202) 648-9659, Email James.Huff@atf.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/RFINIBIN2018/listing.html)
- Record
- SN04876029-W 20180405/180403231334-201b202f0ad73b7a4b22fb24045ea5cf (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 |