SPECIAL NOTICE
99 -- Notice of Intent to Sole Source - Foray Technologies - ADAMS
- Notice Date
- 9/30/2014
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- DJF-14-0700-PR-0010345
- Archive Date
- 10/15/2014
- Point of Contact
- Keenan Robinson, Phone: 7038725364, Saundra Kpadeh, Phone: 7038725049
- E-Mail Address
-
keenan.robinson@ic.fbi.gov, saundra.kpadeh@ic.fbi.gov
(keenan.robinson@ic.fbi.gov, saundra.kpadeh@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of Justice (DOJ), Federal Bureau of Investigation (FBI), Information Technology Contracts Unit (ITCU) intends to negotiate on a sole source with Foray Technologies using the procedures in FAR Parts 6 and 13. The purpose of this acquisition is to purchase support services for the FBI's Latent Print Digital Imaging System (LPDIS) including Authenticated Digital Asset Management System (ADAMS) software reinstallation, upgrade, and maintenance, hardware, and hardware/software support and training. Foray Technologies is the sole source for digital image case management for FBI's Latent Print Unit (LPU). It provides latent process management, processing history, image authentication and chain of custody from import to court testimony. The LPDIS system provides a means to improve the visual appearance of poor quality latent prints for improved search results through the criminal master file of 80 million individuals using the Next Generation Identification (NGI). LPDIS is based on Foray's ADAMS software and configuration. The period of performance is for a 36-month period from date of award including a 12-month base period and two 92) 12-month option periods. The statutory authority for other than full and open competition is 41 USC 253(c ) (1) as implemented in FAR Part 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." This notice of intent is not a request for competitive proposals. Responses must be submitted as Microsoft Word documents, using Version 2007. The capability statement and any other information furnished must contain sufficient details in order to determine that the forgoing requirements can be met. Each page shall reference Soliciation Number: DJF-14-0070-PR-0010345 and be separately numbers. The submission shall be no more than 5 single-sided, single-spaced pages (excluding the cover page), and use a minimum font of 12 point(Times New Roman) on 8 1/2 x 11-inch paper. Submissions must be electronic and sent no later than the response date. Award will be made using FAR 13 Simplified Acquisition procedures. The determination to whether or not to compete this proposed contract will be based upon responses to this notice soley within the discretion of the Federal Government. This information received will be considered solely for the purpose of determing whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-14-0700-PR-0010345/listing.html)
- Place of Performance
- Address: 935 Pennsylvania Avenue, NW, Washington, District of Columbia, 20535, United States
- Zip Code: 20535
- Zip Code: 20535
- Record
- SN03538238-W 20141002/141001000430-f940dedd9f2a57919c6aa1a86ab50d1e (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 |