Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2007 FBO #2078
MODIFICATION

R -- Goat study

Notice Date
8/3/2007
 
Notice Type
Modification
 
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, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NB894040-7-05271
 
Response Due
8/14/2007
 
Archive Date
8/29/2007
 
Description
THIS COMBINED SOLICITATION IS HEREBY CANCELLED 08/03/2007. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING FAR PART 13 SIMPLIFIED ACQUISITION PROCEDURES. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with size standard of $6.5 million. This requirement is being competed on an unrestricted basis. Background Although the deployment of biometric technologies such ads fingerprints is becoming more widespread , little attention is being paid to the human-computer interaction that such technologies involve. The use of biometrics will be unfamiliar to many users, who will not understand the technology, nor be comfortable with using it. Sine user behavior can affect both throughputs of the system as well as the quality of the captured images, guidelines for developing interactions with biometric applications that increase throughput and image quality would be valuable to the biometric community. This would help them develop hardware, software, and interaction techniques that would produce good quality biometrics. Designs that help end users understand the biometric hardware and process for both the participant and the operator. The Visualization and Usability Group within the Information Access Division of The Information Technology Laboratory at NIST has established a Biometrics Usability program and had identified a number of usability factors that require verification on larger data sets to identify operational parameters for fingerprint systems. The contractor must have a strong technical background in fingerprint analysis and matching and the mathematics that defines fingerprint matching algorithms. A strong background in statistics and hypothesis testing in the fingerprint environment and familiarity with the previous fingerprint studies in this area is also necessary, in addition to strong technical writing ability. NIST will provide biometric source materials to the Contractor including the datasets. The required Contract line Items s (CLINS) are: Line Item 0001: Contractor performance and completion of Statement of Work (SOW) requirements including travel cost (if any): Quantity: 1; unit: Job Statement of Work (SOW) The Habituation Study NIST IR 7271 (http://zing.ncsl.nist.gov/biousa/docs/WP302_theofanos/pdf demonstrated that feedback can cause major improvement in fingerprint image quality. The goats study (http://www.itl.nist.gov/iad/894.03/pact/ir_7271.pdf)) demonstrated that frequent users of US-VISIT can usually provide matchable fingerprints. The study will test the hypothesis that the success of the Goats Study is caused by habituation. The Contractor shall compare the match scores of each of the ten sets of fingerprints for the 6,000 subjects used in the goats study with subjects selected by the COTR with similar demographics with match scores form the NIST SDK tests. If the proposed hypothesis is true the match scores from the first use by Goats subjects should be similar to the SDK scores for users with similar demographics. This would explain the observations that repeat US-VISIT user have better image quality than first time users and should allow US-VISIT match thresholds to be modified to reduce false non-match failures for frequent users. It will also confirm the applicability of the Habituation study results to large scale operational fingerprint processing and demonstrate the importance of provided good user feedback to users of verification systems such as PIV. The Contractor shall develop a report that describes the analysis and results of the two datasets including the mathematics and statistics that prove or disprove the described hypothesis. The Contractor will need expertise in the following: 1. computer modeling 2. pattern recognition 3. conforming testing 4. statistical analysis of fingerprint image quality 5. biometric interoperability and accuracy testing 6. NIST/ANSI-ITL-2007 fingerprint data exchange standard 7. MINEX: performance and interoperability in INCIT 378 fingerprint templates 8. biometric data specification for personal identity verification, special publication 800-76 9. NIST software development kit testing of fingerprint matching 10. effect of image size and compression on one-to-one fingerprint matching. 11. NISAT fingerprint image quality algorithm 12. fingerprint technology evaluation 2003. 13.matching performance for the US-VISIT-IDENT system 14. NIST/ANSI-ITL-2000 fingerprint data exchange standard. *** Award shall be made to the offeror whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate information based on the following evaluation criteria: Quality of proposed technical approach for satisfying (SOW) requirements, Past Performance information and price. - Past Performance Information *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.*** ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions/Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items including subparagraphs: (15) 52.222-3, Convict Labor; (16) 52.222-19 Child Labor Cooperation With Authorities And Remedies; (17) 52.222-21, Prohibition of Segregated Facilities; (18) 52-222-26, Equal Opportunity; (20) 52.222-36, Affirmative Action for Workers with Disabilities; (27) 52.225-13 Restriction on Certain Foreign Purchases; (32) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** Quote submission instructions: ***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which details how the offeror would satisfy SOW requirements; 2) Past performance references for similar contracts which must include the company/organizations name, contact person, phone number, and e-mail address; 3) indication of solicitation number; 4) a completed copy of the representations and certification at FAR 52.212-3 (see 52.212-3(1) for those representations and certifications that the offeror shall complete electronically; 5) (see 52.212-1(11); If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, and 6) firm-fixed price for the SOW requirements (including travel cost, if any). ***All quotes shall be received not later than 3:00 PM local time, on August 14, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Janice Moten . Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Officer, Janice.Moten@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6307. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will be accepted. ***
 
Place of Performance
Address: Bldg 301/B125, Gaithersburg, Maryland 20899-8940,
Zip Code: 20899-8940
Country: UNITED STATES
 
Record
SN01361367-W 20070805/070803220458 (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.