SOLICITATION NOTICE
R -- COMBINED PRESOLICITATION ANNOUNCEMENT AND ADVISORY MULTI-STEP NOTIFICATION FOR IDENTITY INTELLIGENCE (I2) BIOMETRICS SERVICES
- Notice Date
- 5/6/2010
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
- ZIP Code
- 22060-5246
- Solicitation Number
- BIOMETRICS
- Response Due
- 5/14/2010
- Archive Date
- 7/13/2010
- Point of Contact
- Donna Brockington, 703-428-4816
- E-Mail Address
-
HQ USAINSCOM, Directorate of Contracting
(donna.brockington@mi.army.mil)
- Small Business Set-Aside
- N/A
- Description
- COMBINED PRESOLICITATION ANNOUNCEMENT AND ADVISORY MULTI-STEP NOTIFICATION FOR IDENTITY INTELLIGENCE (I2) BIOMETRICS SERVICES 1.0Description This publication serves as a combined pre-solicitation announcement and Advisory Multi-Step (AMS) notification by the United States Army Intelligence and Security Command (INSCOM). INSCOM intends to issue a solicitation on behalf of the INSCOM G3 Biometrics Division. This requirement will be solicited as a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The award will be based on the best value to the Government. The exact closing date and time of the Request for Proposal (RFP) will be identified in the solicitation release. It is the sole responsibility of the offeror to review the Army Single Face to Industry (ASFI) webpage frequently for any updates/amendments to the solicitation. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov. Interested vendors of this combined pre-solicitation AMS announcement should submit their Capabilities Statement with the intention of submitting a proposal. The respondent should possess NAICS Code 541690. This combined pre-solicitation notice and AMS announcement requests corporate qualifications from offerors responding to the INSCOM I2 Biometrics Services Acquisition. This announcement requests information from prospective offerors allowing the INSCOM G3 Biometrics Division to review and assess the likelihood of each respondents ability to provide the services and supplies needed to fulfill the I2 Biometrics requirements. Based on an assessment of each prospective offerors response to this notice, the firm will be notified as to whether it is considered a viable competitor for the I2 Biometrics contract. Notification of a prospective offerors non-viability is advisory, and respondents so notified may submit proposals should they so choose. The authority and basis for utilizing the AMS process is contained in Federal Acquisition Regulation (FAR) Part 15.202. 2.0 Advisory Multi-Step (AMS) This combined pre-solicitation notice and AMS announcement is being conducted to allow potential offerors to submit qualifying documentation demonstrating their corporate qualifications which will allow the Government to advise them about their potential to be viable competitors for the I2 (Biometrics) acquisition. The AMS process is accomplished at minimal cost to the potential offerors and the Government by asking interested organizations to submit limited information that focuses on their corporate capability and experience. The Government will assess all responses in accordance with the published criteria, and advise each offeror, in writing, whether they will be viable candidates. Those offerors considered unlikely to be viable candidates will be notified and provided a general basis for that assessment. Notwithstanding the advice provided by the Government, respondents identified as unlikely to be viable competitors may still participate in the resultant acquisition, as long as they recognize the inherent risks and costs of doing so. 3.0 Introduction to the I2 Biometrics Acquisition INSCOMs intention is to continue acquisitions of I2 and Biometrics support services and technologies at the current contracted levels and at higher levels if required by future conditions, and also to provide the capability to acquire new I2 and Biometrics technologies and services as they become available in the marketplace through the contract resulting from this acquisition. 3.1 Identity Intelligence INSCOMs Biometrics mission is to conduct I2 Operations to include staff oversight, biometrics and forensics analysis, tools, training, watchlist management and operational support to Department of Defense (DoD), interagency and multinational partners in denying adversaries anonymity. I2 is defined as the information produced by the discovery, management, and protection of identity attributes (the biographic, biometrics, behavioral, relational, and/or systemic characteristics, by which an individual, person, persona, system, or discrete group thereof, can be distinctly recognized or known) in support of U.S. national and homeland security interests. I2 provides critical intelligence information that helps map and understand the human terrain. Analysis consists of the integration of Identity Intelligence efforts within DoD and the United States Government. Current capabilities and future technologies will be utilized to identify critical intelligence gaps and develop and apply fixes, develop theater/regional watchlists, and develop all-source products that enhance I2 related efforts. 4.0Services to be Provided 4.1I2 Biometric Services Interested offerors for the I2 Biometrics program will provide a complete range of technical and professional support to provide INSCOM a worldwide contract to help manage I2 (Biometrics). Offerors should be able to provide biometric intelligence subject matter expertise ensuring direct linkage between tactical units CONUS and OCONUS, produce various reports from biometric data collection, and manage the ongoing awareness of innovative and developing new ideas for future requirements. Additionally, the offeror(s) will assist in support of, but not limited to the following activities: * Program Management, Identity Intelligence Resource Management, and Strategic Planning * Intelligence Analysis, Production and Dissemination * Forensic-related Biometric Operations Support and Production * Identity Intelligence Education and Training * Deployed Biometric and Forensics Subject Matter Expertise (SME) * Architecture and Enterprise Services Support * Data Sharing Development, Management and Support * Information Assurance and Intelligence Oversight Support * Counter Biometric Capability Support * Biometric Modality Development. 4.1.1Contingency Environment Operations Interested offerors of the I2 Biometrics requirement will be tasked to perform the services to support the activities listed in section 3.1 in a high-pressure, contingency-area deployment type environments. The contractor will be required to logistically support the personnel performing these services. 4.1.2Security The interested offerors should include personnel involved in I2 Biometrics with Top Secret (TS) clearances and must have a current Single Scope Background Investigation (SSBI) with eligibility for Sensitive Compartmented Intelligence (SCI) access. 4.1.3Rapid Response The contractor shall have the capability to rapidly deploy worldwide to perform the services to support the activities listed in section 4.1. 5.0 Submission Instructions 5.1 Format for Submissions Interested offerors are requested to provide the information as outlined below. * Information beyond that requested is neither desired, nor will it be considered in the assessment. * All page limitations are based on single sided pages, 8 X 11 inch paper, single spaced, Arial or Times New Roman typeface no smaller than 12 point (smaller fonts are acceptable for graphics, figures, tables, footnotes and legends), 1 margins. * Costly, complex presentations are neither required nor desired. * Offerors will not be reimbursed for the cost of preparation of their responses to this AMS notice. 5.1.1 Submission Date, Time and Location Electronic submissions shall be received no later than 11:00 a.m. EST on 05-14-10 at the following email address _biometrics@mi.army.mil__. Any questions concerning this combined pre-solicitation notice and AMS announcement should be directed to the email address above and be limited to the process of responding to this announcement only. 5.2 Content Requirements All submissions must include the information described sufficient to permit an assessment of all criteria identified within this combined pre-solicitation notice and AMS announcement. 5.2.1 Corporate Capability Describe your organizations current established corporate capability discussing why your company is well qualified to perform on the I2 Biometrics acquisition in accordance with I2 Biometric Services. The corporate capability statement must address the following topics: * Organizational Structure to include company size, and facility security level; * Financial Capability to support a program of this size; * Personnel Management Strategy to include methodology for employee recruitment, training, and retention; * Project Team, Management and Composition to include a description of the number of qualified and cleared personnel available for OCONUS assignment with a 60-day advance notice; and * Organizations Geographical Coverage to include whether the organization has facilities capable of supporting a broad geographical scope including CONUS, and OCONUS locations. Page limitation: 10 pages 5.3.2 Experience Describe your organizations experience and past performance in the last three years in providing identity intelligence and biometrics products and services to the intelligence community. The respondent shall identify contracts on which it and/or its team have experience during the past three years. All categories and circumstances in section 4 must be addressed in the discussion of past experience. Not all functional categories or circumstances need to be addressed by a single contract. Each contract identified shall have at least a $1,000,000 annual dollar value (including equipment and services). The contracts identified shall demonstrate the respondents performance or responsibility for performance of the functional categories and circumstances as stated in section 4.0. The government reserves the right to contact any other government offices to validate information provided as part of this submission. For each identified contract, provide the following (this information may be provided in table format): PLEASE ENSURE THAT ALL INFORMATION IS PROVIDED: ITEMS WITH MISSING INFORMATION WILL NOT BE ASSESSED. * Contract number * Contract name * Contract type * Contract period of performance * Performance based (Y or N) * Contracting vehicle (i.e. ITES, GSA) * Customer agency (i.e. Army, other DoD, other Federal Agency (i.e. DHS, FAA) * Total dollar value of contract that respondent, to include subcontractors and team members, were responsible for; includes equipment and services * Total dollar value of equipment and services for each contract year * Respondents role/status on contract (prime or subcontractor) * Place(s) of Performance * Security Level(s) * Summary of the contract (include depth and breadth of the work performed to include type of services performed under each functional categories as listed in section 4.) * Customer points of contact (i.e. the program/project manager, contracting officer and a major end-user), name, phone number, and e-mail address. * Identify key personnel and their level of experience throughout the Identity Intelligence community. * Page limit: 2 pages per each contract identified. 5.3.3 Special Notice Use of Consultant Contractor The Government will use Acquisition Solutions, Inc. (ASI) or their follow-on replacement and Davis Paige Management Systems (DPMS) Limited Liability Corporation (LLC) for administrative, technical, subject matter expertise during the capabilities assessment. The exclusive responsibility for capabilities assessment will reside with the government. Proprietary information submitted in response to this combined pre-solicitation notice and AMS announcement will be protected from unauthorized disclosure as required by subsection 27 of the Office of Federal Procurement Policy Act as amended (41 United States Code (U.S.C.) 423) (hereinafter referred to as the act) as implemented in the Federal Acquisition Regulation (FAR). ASI or their follow-on replacement and DPMS LLC are contractually bound by organizational conflict of interest (OCI) and disclosure clauses with respect to proprietary information. Contractor personnel assisting in the assessment of capabilities statements are procurement officials within the meaning of the act and will take all necessary action to preclude unauthorized use or disclosure of a competing contractors proprietary data. Nondisclosure and OCI certificates for all contractor support personnel participating in this source selection are on file at the respective contracting activities. 6. Assessment of the AMS Corporate Capability and Experience The Government will assess the respondents viability based on Corporate Capability (Section 5.0), the depth of demonstrated Corporate Experience and the ability to support the I2 services requirements (Section 4.1). 7. Viability Notification It is the Governments intent to provide advice to each respondent by letter whether or not considered to be a viable competitor. Viability notifications will be sent to respondents in advance of release of RFP. Those respondents who are notified that they have been determined to be unlikely candidates will not be debriefed. Such debriefings are not required nor contemplated by the applicable regulations. Moreover, a debriefing at this time which notes the strengths and weaknesses which formed the basis for the determination that the respondent would likely not be a viable candidate allows the offeror the opportunity to adjust their approach to correct their deficiencies and weaknesses and gain an unfair competitive advantage over other offerors. 8. Place of Performance: INSCOMs global command with major subordinate commands and a variety of smaller units with personnel dispersed over 180 locations worldwide.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/BIOMETRICS/listing.html)
- Place of Performance
- Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
- Zip Code: 22060-5246
- Zip Code: 22060-5246
- Record
- SN02142135-W 20100508/100506234756-86274e7dc45e653770e9fd9ceb93f62c (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 |