SOLICITATION NOTICE
R -- National Ground Intelligence Center (NGIC) Biometric Intelligence Program (BIP) Analysis Support Services
- Notice Date
- 1/25/2012
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
- ZIP Code
- 22911-8318
- Solicitation Number
- W911W5-12-R-0003
- Response Due
- 2/8/2012
- Archive Date
- 4/8/2012
- Point of Contact
- Jessica Winn, 434-951-1653
- E-Mail Address
-
National Ground Intelligence Center
(jessica.winn@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A PRESOLICITATION NOTICE. This presolicitation notice, in accordance with Federal Acquisition Regulation 5.204, is issued by the National Ground Intelligence Center (NGIC) to announce that it intends to issue Request for Proposal (RFP) #W911W5-12-R-0003 for Biometric Intelligence Program (BIP) Analysis Support. This solicitation is a total small business set-aside. NAICS code is 541690. 1) Description: The objective of this contract is to provide forward and reach-back all-source I2 analysis (including but not limited to BEI) in support of deployed forces in the US Central Command (CENTCOM) area of responsibility and other customers of the NGIC BIP. NGIC is seeking sources capable of performing the requirement for BIP Analysis Support. The scope of this project consists of the following: a. Provide support for the management of the Biometrics Enabled Watchlist (BEWL) and or other future biometrically enabled watchlists or other watchlisting type products which provide a method for operationalizing the output of biometric intelligence. b. Provide forward deployed Biometric-Enabled Intelligence (BEI) Subject Matter Experts to Afghanistan. c. Provide reach-back all-source BEI analysis and production in support of force protection, targeting, and counter-IED operations. d. Provide technical and program management support to all facets of this requirement. These services will be performed primarily onsite at the National Ground Intelligence Center in Charlottesville, VA and at other Government facilities in Afghanistan. The contractor may be required to perform work at other Continental United Stated (CONUS) and Outside the Continental United States (OCONUS) locations as directed by the Government. Sources must be able to work at the TOP SECRET//Sensitive Compartmented Information (SCI) level and must comply with security requirements as set forth in the Contract Security Classification Specification (DD Form 254). 2) Prospective sources, possessing the qualifications, capability, and experience to respond to this source's sought are to submit proposals in response to the RFP that will be available on the Federal Business Opportunities (FBO) website at www.fbo.gov in approximately two weeks, on or about 08 Feb 2012. 3) Additional Information: a. A Cost Plus Fixed Fee contract is anticipated with a period of performance of three (3) years (base year with two (2) option years). The Government anticipates significant subcontracting activity under the BIP Analysis Support contract, and partnering is encouraged. b. In accordance with DFARS 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award of solicitations issued after 31 May 1998. Registration may be accomplished at http://www.ccr.gov, or telephone at 1-888-CCR-2423. c. The RFP will be available on the website on or about 08 Feb 2012, at the FedBizOpps website. d. Hard copies of the RFP will NOT be provided, however, you may download and print the file from the FBO website at www.fbo.gov. e. There is no fee for this RFP. f. A registration page will be attached to the RFP posted on the Federal Business Opportunities website. You are not required to register, however, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. g. Contractors shall provide a signed copy of the SF33/SF18/SF1449 by the proposal closing date specified in the RFP. There will not be a public bid opening. h. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and completely separated. Be advised that no submissions will be returned. i. Responses to the RFP may be evaluated by Government technical experts. The program office has contracted for various non-government, scientific, engineering, technical and administrative staff support services, some of which require contractors to obtain access to proprietary information submitted by other contractors. All non-government contractor support personnel have signed and are bound by the appropriate non-disclosure agreements and organizational conflict of interest statements. The Government may also use these selected support contractor personnel as technical advisors in the evaluation of submissions. Non-government staff support personnel will not have access to documents that are be labeled by the offerors as Government Access Only. 4) Questions: Submit questions to Steve Paul, Contract Specialist, at richard.s.paul@us.army.mil by no later than 3:00 PM (local Eastern Time) on Friday, February 3, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-12-R-0003/listing.html)
- Place of Performance
- Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
- Zip Code: 22911-8318
- Zip Code: 22911-8318
- Record
- SN02660895-W 20120127/120125234557-6e0f6793a9275d3501e26380feed77c6 (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 |