MODIFICATION
R -- BIOMETRICS EXAMINATION SUPPORT / DRAFT PERFORMANCE WORK STATEMENT
- Notice Date
- 6/19/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-14-R-1186
- Response Due
- 6/24/2014
- Archive Date
- 8/18/2014
- Point of Contact
- Carmel Costa, 609/562-7041
- E-Mail Address
-
ACC - New Jersey
(carmel.m.costa.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- W15QKN-14-R-1186 Amendment continues dialog between potential offerors and the Government. The Army Contracting Command - New Jersey (ACC-NJ), in conjunction with the Office of the Provost Marshal General (OPMG)/Defense Forensics and Biometric Agency (DFBA)/Biometrics Identity Management Activity (BIMA), intends to solicit as a 100% Small Business Set-Aside under NAICS 541990 (Size $14M). The acquisition will utilize Lowest Price Technically Acceptable (LPTA) basis of award. At this time the government anticipates the need to format, encode, and search 8.5K latent prints, conduct 100K latent print comparisons, 150K tenprint yellow resolve comparisons, 45K facial yellow resolve comparisons, manually create 46K biometric Electronic Biometric Transmission Specification (EBTS) files, manual biometric (tenprint, face, known palm print, and iris) comparisons on an annual basis. ACC-NJ intends on releasing combined synopsis / solicitation under W15QKN-14-R-0152 on or about 26 June 2014. Attached is a draft copy of the Performance Work Statement (PWS) for review. Please be aware that this PWS is subject to change. If you have any comments, or questions concerning the DRAFT PWS, please submit NO LATER THAN 24 JUNE 2014 NOON (ET) in writing to ACC-NJ point of contact (POC):Carmel Costa, Contract Specialist via Email: carmel.m.costa.civ@mail.mil PWS 1.0 General: This is a non-personnel services contract to provide support for tasks performed under the direction of the Biometrics Identity Management Activity (BIMA). 2.0 Mission: The mission of the BIMA is to provide Joint, Interagency, Intergovernmental, and Multinational Partners biometric identification capabilities and expertise in support of the National Defense Strategy. As such it: Maintains master repository of biometric data and non-intelligence associated information, as well as the means to exchange the data and information with other United States Government (USG) agencies and coalition partners, in conformance with existing regulations and statutes governing the release of classified and controlled unclassified data. Develops standards, processes, and procedures for biometric data archiving, caching, and tagging. Develops and maintains continuity of operations and disaster recovery for the Biometrics Center of Excellence. Maintains capability to rapidly store and match biometric samples submitted by the Department of Defense and other Government agencies. Conducts biometrics Science & Technology (S&T) research and engineering for the Department of Defense and other USG sponsors in support of the DoD S&T roadmap. Conducts biometrics test and evaluation activities. 2.1 Objectives: This acquisition is to award a new contract to provide uninterrupted support to BIMA providing 24x7x365 day Biometric Examination Support, DoD Directive 8521.01E mandates the development and sustainment of biometric capabilities that support the collection, transmission, storage, use, and sharing of biometric data across the DoD. In fulfillment of this Directive, the DoD Biometrics Enterprise Strategic Plan (BESP) assigns roles and responsibilities to the various Divisions of the BIMA. This contract will provide the BIMA with the expertise needed to fulfill its assigned roles. 3.0 Scope of Work: The Performance Work Statement (PWS) provides a framework of task area that the Contractor shall provide for the BIMA relative to its role supporting the Department of Defense's Executive Manager for Biometrics. These areas are consistent with the requirements, roles and responsibilities of DoD Biometrics, as well as the expertise and experience of the identified Contractor staff. 3.1 Task 1: Biometrics Examination Support 3.1.1 Sub Task 1 - Examination Support The contractor shall provide qualified personnel and use government provided technology to perform biometrics examination services for modalities which include latent to known palm and fingerprint comparisons, latent to latent palm and fingerprint comparisons, tenprint comparisons, facial recognition comparisons, known palm print comparisons, and iris comparisons. Examination services will include the encoding, processing, submitting and verifying services crucial to meeting current and future identification management requirements to support DoD and USG entities supporting their worldwide mission sets. The services required under this contract will allow for the processing of biometric data and the subsequent match and no-match information results returned back to the customers of the BIMA. At this time the government anticipates the need to format, encode, and search 8.5K latent prints, conduct 100K latent print comparisons, 150K tenprint yellow resolve comparisons, 45K facial yellow resolve comparisons, manually create 46K biometric Electronic Biometric Transmission Specification (EBTS) files, manual biometric (tenprint, face, known palm print, and iris) comparisons on an annual basis. While technology provides useful biometrics tools, the examination services personnel assigned under this Contract shall be thoroughly trained to resolve, via human interface, instances where the DoD systems cannot perform a definitive match or no match result, such as is the case for all latent fingerprint comparisons. Contractor personnel shall perform necessary latent fingerprint image processing, encoding and examinations. This forensic evidence may originate on a variety of surfaces to include, but not limited to, bomb-making devices, paper documents, weapons and other materials. The Government realizes that this process is labor-intensive and requires specially trained personnel to perform this critical mission. The contractor shall use government provided technologies, such as: multi-modal algorithms, photo editing software, latent encoding software and other latent tools to assist the biometrics examination personnel. Tools include but not limited to MorphoTrust Latent Examiner Workstation, Universal Latent Workstation, and Adobe Photoshop. Contract personnel shall also perform necessary biometric image processing, and examinations. Biometric examinations include tenprint, known palm, face, and iris. This evidence is typically collected in a controlled environment and has known information, such as names, associated with the biometric information. The contractor personnel shall also be able to process biometric images collected under less ideal circumstances that do not contain known, verifiable information. Due to the inexact nature of the biometric information that is collected the Government requires specially trained personnel to perform these duties. The Government will provide the technologies necessary in order to perform these duties. These technologies include multi-modal algorithms, photo editing software, and other tools specifically designed to assist the biometrics examination personnel in conducting their duties. Tools include but are not limited to MorphoTrust Tenprint Examiner Workstation, MorphoTrust Face Examiner Workstation, Universal Latent Workstation, Adobe Photoshop, Aware Forensic Workbench, Transaction Edit, and Government off-the-shelf (GOTS) Tools (i.e. Multiple EBTS Reviewer tool, Casper, Easy EBTS, and Automated Biometric Identification System (ABIS) Casework Tracker). The contractor shall provide annual proficiency testing documentation (DI-MGMT-81834) to BIMA for the latent print examiners and offer continuing education and training to the examination staff required. Senior Latent Print examiner shall maintain International Association Identification (IAI) certification. The contractor shall insure there is no degradation to services while contract employees undergo training or certification. Contractor shall cover all costs associated with the IAI certification and shall not be reimbursed under this contract. The contractor shall use government provided automated tools to reduce the manual, time-consuming biometrics reviews by contractor personnel. The contractor shall understand and use these tools for applications, such as: image manipulation, image overlays, minutia marking, and EBTS/ Electronic Fingerprint Transmission Specification (EFTS) file creation. Use of these tools will promote examination efficiencies. Once the examination is complete, the contractor shall use Government-provided, role-based workflow methods to maximize transaction flow through the system. This allows the DoD to customize transaction flow in order to efficiently and effectively route biometrics information to the correct location. The examination services workflow shall not only include comparisons presented to examiners as a result of automated searching and review of files after having been searched and stored in an automated system, but shall also allow for incoming transactions to be edited by the examiner if they fail quality or sequence checks before record submission, thereby improving overall DoD biometric system quality. The contractor shall provide quality assurance quality control of latent print examinations and biometric examinations. The biometrics examinations requirement is global, therefore the Government requires the contractor to be available 24x7x365-days to support the DoD Biometrics Enterprise. The number and quality of manual examinations and reviews cannot be reliably predicted, but based on the critical needs of the Warfighter; the contractor shall staff this requirement to meet the operational needs of the DoD Biometrics Enterprise. Catastrophic events can occur and therefore the contractor shall provide additional latent and biometric examiners in a short time-frame to provide surge support to the DoD Biometrics Enterprise. The contractor will be required to attend meetings, briefings and other informational discussions to provide subject matter expertise in the area of biometric examinations. Meetings and briefings shall be documented through development of meeting minutes (DI-ADMN-81505). The contractor shall update, refine or establish standard operating procedures (SOPs) as required by BIMA. Deliverables for this task will be strategic, analytic, and technical advice in the form of issue papers, point papers, concept papers, white papers, technical reports (DI-ADMN-81892), SOPs (DI-MGMT-81580), presentations and briefings in accordance with the direction of the BIMA. 3.1.2 Sub Task 2 - Additional Examination Support (Surge Support) Within a given Fiscal Year (FY), there may be a requirement to increase biometric examiners and latent examiners on a 5%, 10%, or 15% increase depending on the mission sets and demands of our customers. The additional support may be needed to cover temporary and or long term surges in the amount of support needed. Catastrophic events or backlog can occur and therefore the contractor shall be prepared to provide additional latent and biometric examiners in a short time-frame to provide surge support to the Government. 4.0 Contract Management 4.1 Project Manager The Contractor shall identify a Contract Project Manager to oversee Contract execution and ensure all goals and objectives are met within the terms of the contract. The Contract Project Manager shall be responsible for the overall task planning, execution, control and quality; spanning technical, schedule, cost, and contract, for Contract fulfillment. The Contract Project Manager shall serve as the primary point of contact with the Government and shall have full authority to make binding commitments on behalf of the Contractor. 4.2 Contract Management Plan The Contractor shall develop and maintain throughout the Contract's period of performance, a Contract Management Plan (CMP) (DI-MGMT-80004A) that shall be used as a foundation for information and resource management planning. The CMP shall include, but not be limited to, the following: 1.Contractor program organization chart and Organizational Interfaces. 2.Process Management and Control Plan. 3.Quality Control Plan. 4.Subcontract Management Plan (if required). The Contractor shall ensure that all other planning and execution activities and deliverables are integrated with the CMP. The Contractor shall keep the CMP up-to-date and accessible to appropriate Government personnel electronically at any time, and shall be prepared to brief any CMP content to the Government at short notice (within 48 hours). The CMP shall be used as a foundation for the Monthly Status Report. 4.3 In Progress Review Support The Government Lead and contractor shall review performance progress and other issues during a regularly-scheduled teleconference that shall be held once per month throughout the performance period of this contract. The contractor shall provide a Weekly Summary (WEEKSUM) (DI-ADMIN-80227), to include current/completed task activities, schedule status, and issue/risk prior to each teleconference. 4.4 Transition Transition begins at Contract Award. The incumbent Contractor is fully responsible and accountable for on-going support to existing Examination Support initiative; the incoming Contractor is responsible for executing its proposed Transition Plan and preparing for Assumption of Responsibility (AOR). No later than 15 calendar days from Contract Award, the incoming Contractor shall assume full responsibility for ABIS examination support services as defined in this PWS as well as the Service Levels defined in the Quality Assurance Surveillance Plan (QASP). 4.5 Monthly Status Report The Contractor will provide a monthly report (DI-ADMIN-80227) that shall provide the status of Contract activities and present the report to the government during a monthly program management review. At a minimum the monthly report shall address: 1.Major Accomplishments. 2.On-Going and Upcoming Activities. 3.Performance Metrics. a.Finances and Monthly Expenditures (Travel, Material, labor). b.Burn Rate. c.Deliverable Status (i.e. on-time, overdue, accepted, rejected, quality). 4.Variance to Cost and Schedule. 5.Small Business Participation Goals. 6.Travel. a.Current Period. b.Planned. 7.Risks and Mitigations. 8.Issues (problems affecting achievement of technical, or schedule goals, or personnel). 4.6 Accounting for Contract Services/Contract Manpower Reporting The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Biometrics Identity Management Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website quote mark. 4.7 Subcontracting Plan Reports (If Applicable) The Contractor shall submit Standard Form (SF) 294 and 295 in accordance with the instructions on the forms. The SF-294 and SF-295 forms are available online at the General Services Administration web address: http://www.gsa.gov/forms 4.7.1 Subcontracting Report For Individual Contracts The Contractor shall submit SF-294, Subcontracting Report For Individual Contracts electronically via the Electronic Subcontract Reporting System (eSRS)* within 30 calendar days after the close of each calendar period: (1) April 30 for the period October 1 through March 31 and (2) October 30 for the period April 1 through September 30. The SF-294 report is required for all Contractors submitting individual or master subcontracting plans. 4.8 Summary Subcontract Report (SF-295) (If Applicable) The Contractor shall submit SF-295, Summary Subcontract Report electronically via the Electronic Subcontract Reporting System (eSRS). The report is due October 30th for the calendar period October 1 through September 30. 4.9 Quality Control The Contractor shall implement and maintain an effective Quality Control Program to ensure requirements are performed in accordance with this PWS. The Contractor's quality control program is the means by which he assures himself and the Government that his work complies with the requirement of the contract. 4.10 Government Remedies The Government shall follow -- Inspection of Services -- Fixed-Price for Contractor's failure to perform satisfactory services or failure to correct non-conformance issues. 5.0 Deliverables: The Contractor shall be responsible for delivering all end items specified. In addition to specific deliverables outlined below or agreed to within a specific task area, any background material collected or other material developed by the Contractor in the course of developing a deliverable will be turned over to the Government. Deliverable products identified during Contract execution and in accordance with the PWS will be assigned due dates and quality requirements at the time of tasking. Contractor performance in meeting deliverable requirements will be monitored as part of the contract Quality Assurance Surveillance Plan. In addition to the reports listed below, additional reports may be requested as deemed necessary. 5.1 Media and File Format The Microsoft (MS) Office 2007 suite of applications (MS Word, MS Excel, MS PowerPoint, and MS Project) is the preferred application for preparing documents, reports, and information furnished under this contract. If the Contractor provides data in a file format that is not compatible with the specified applications, then the Contractor shall provide as free software applications that will allow the Government to read and write to the files when necessary. Should MS issue a new MS Office suite that the Government adopts as a new standard; the Government will notify the Contractor in writing of the change. Deliverables for examination support services will take the form of: Publish Standard Operating Procedures (SOP) (DI-MGMT-81580) Yearly proficiency testing data (DI-MGMT-81834) Examiner training and certification status (DI-MGMT-81834) Presentation Materials (DI-ADMN-81892) Graphics and supporting documentation (DI-ADMN-81892) Administrative facilitation as necessary, meeting minutes and reports (DI-ADMN-81505)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/47484b641cd407c66fab68790ce77daf)
- Place of Performance
- Address: Biometrics Identity Management Activity (BIMA) 347 West Main Street Clarksburg WV
- Zip Code: 26301
- Zip Code: 26301
- Record
- SN03400230-W 20140621/140619234635-47484b641cd407c66fab68790ce77daf (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 |