Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SPECIAL NOTICE

63 -- Notification of Intent to Award a Sole Source Purchase Order

Notice Date
3/31/2011
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1086504
 
Archive Date
4/26/2011
 
Point of Contact
London L Johnson, Phone: 301-827-7041
 
E-Mail Address
london.johnson@fda.hhs.gov
(london.johnson@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Notification of Intent to Award to a Sole Source Purchase Order The United States Food and Drug Administration intends to make an award to IDenticard Systems, Inc on a sole source basis in accordance with FAR Part 12 and the Simplified Acquisition procedures set forth in FAR Part 13 for the purchase of digital imaging technology and anti-counterfeiting controls related to photo identification/credentials. Below are the salient characteristics for this requirement: 1) Easy to use and portable digital camera with at least a four (4) megapixel quality, and compatible software package for the creation of credentials. The camera shall connect to a computer via a USB port. 2) Credential system software shall possess the ability to customize the background of the digital credential photo with an image, including custom logos and color codes. 3) Credential system shall utilize credential inserts that include enhanced security features, specifically photo-chromatic images and materials. The photo-chromatic material shall be embedded into the ID card or credential insert. 4) The color and appearance of the photo-chromatic image on the card shall change depending on the viewing angle, and shall not require any special viewing devices or have the ability to be replicated or simulated using color scanners or copiers. 5) Credential system shall have the ability to utilize a multi-color custom logo or graphic for the photo-chromatic security feature. 6) A holographic feature and ultraviolet printing shall be applied to the laminate pouch, rendering the credential card more secure and making copies or altering of the credential card more difficult. 7) Software shall have a custom designable screen database and unlimited credential cards or badges. It shall be compatible to read and write to Microsoft Access, Structured Query Language (SQL) or Open Database Connectivity (ODBC) and capable to download the end users data to the identification system with a file provided by the end user. 8) Software shall be able to search and display individuals with their pictures and allow for editing of text data. It shall allow for new records to be added and existing records to be edited or deleted. Photos and signatures shall be captured and stored and credentials may be printed that were previously designed at a full credentials workstation. Printers shall be able to be added to allow printing of credential cards, dossiers or other information from the database. 9) Software shall be capable of printing to inkjet, laser or Microsoft Windows compatible printers. The software shall support Microsoft Windows based printers with current drivers. It shall allow for more than one page per record so that it is capable of expansion in the future. 10) Software shall be network adaptable, as a system and/or to credential stations for growth in the future including manufacture's support during this process. 11) The vendor shall install any updates to the software system or provide a CD-ROM with instructions under an extended service agreement. In addition, upgrades or integration of existing systems, the vendor must be able to maintain compatibility with existing equipment and/or be able to integrate with existing systems. 12) The system shall be compatible with printing barcodes on the credential card from any combination of fields, constants and field separators. Barcodes will be infrared compatible if the printer selected has the ability to provide carbon black printing. 13) The software shall have an automatic User Log and Card history options to track usage and reasons for card re-print. 14) The software security shall allow for unlimited User Names and passwords allowing for the adjustment of user rights and capabilities. 15) A Manufacturer's Warranty must be included for at least one year with the ability to extend software warranty directly from the manufacturer of the software. 16) The vendor shall design and write the identification software, be able to make available credential card stock and other consumables supplies for purchase directly, and shall have extensive experience in the digital imaging photo identification business. 17) Vendor shall provide a minimum of 3 hours of instructor-led personalized training on the credential system, which shall include instruction in the following areas: (a) An overview of the credential software system and instruction on its use; (b) Specific instruction on adding, editing, and deleting credential information and photos; (c) Specific instruction on modifying data entry screens and card designs; and (d) Specific instruction on setting up user rights, reports, and printing. Interested vendors, who possess these required capabilities, shall submit capability statements with a cover letter, and a statement(s) demonstrating the ability to perform all aspects of this requirement. Responses must include: 1) the contractor's name and business address, 2 the name, phone number and e-mail address of a point of contact, 3) a list of previous contracts for similar type requirements, 4) and any other company documentation that may be relevant such as brochures or literature. This is not a request for competitive proposals. Any requests for solicitation packages will be disregarded. All capability statements shall be reviewed by the Government and any information received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1086504/listing.html)
 
Place of Performance
Address: 7500 Standish Place, Rockville, Maryland, 20855, United States
Zip Code: 20855
 
Record
SN02414492-W 20110402/110331234953-9ceb6525aa5c0cb4c114d0aff57e76f3 (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.