MODIFICATION
70 -- DES fingerprint system
- Notice Date
- 6/26/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
- ZIP Code
- 65473-0140
- Solicitation Number
- W911S7-15-T-0072
- Response Due
- 7/2/2015
- Archive Date
- 8/25/2015
- Point of Contact
- Jesscam1983, 5735960259
- E-Mail Address
-
MICC - Fort Leonard Wood
(jesse.a.campos2.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a digital fingerprint system (FBI Certified) as a small business set-aside basis provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a small business set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capability to meet the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 334118 COMPUTER TERMINAL AND OTHER COMPUTER PERIPHERAL EQUIPMENT MANUFACTURING with a Small Business Size Standard of 1000 Employees. Please provide a capability statement addressing your organization's ability to perform as a prime contractor the work described below: Please provide a capability statement addressing your organization's ability to perform as a prime contractor the work described below: Products must meet the following requirements: Must be an FBI approved IAFIS certified Live Scan Palm Print Scanner with LSMS (Live Scan Management Software) utilizing 1000PX systems uploaded on a computer that meets the following minimum Specifications oHardware Dual core 2.4 GHz Processor, 2 GB RAM oSoftware Windows 7, Windows Vista, Windows XP SP2 PC Interface IEEE 1394A (400Mbit/s) Scanner must be able to capture finger/palm prints images of the minimum image quality and format: oCapture resolution: 1950 ppi x 1350 ppi oImage resolution: 1000 ppi x 1000 ppi oCapture grayscale: 12 bit (4096 gray levels) oImage grayscale: 8 bit (256 gray levels) oImage dimensions: Palm 5.0 quote mark x 5.1 quote mark (127 x 129.5 mm) Rolled fingers 1.5 quote mark x 1.6 quote mark (38.1 x 40.6 mm) ID Flats 3.0 quote mark x 3.2 quote mark (76.2 x 81.3 mm) o Certified to FBI Image Quality Specification, Appendix F of the EBTS o Perfect Image for uniform images without any background o Perfect Roll for highest quality for rolled prints and user guidance during capturing Scanner must be able to capture prints in the following modes: oSingle finger (flat or rolled) oFlat finger (single or multiple, to include thumb) oRolled fingers (nail to nail, or center- rocking side to side) oUpper and lower writers palm scans System must be able to operate on a 100 - 240 V AC auto-adjusting power supply; 50 - 60 Hz, 40 W maximum The System must have the following components: oExternal power supply unit with connection cable oAC power connection cable oIEEE 1394 (FireWire) interface cable oL SCAN Essentials 6.3 runtime license (or higher) oUSB plug in for CAC reader logon oFoot pedal for handsfree capturing (USB interfaced) Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: 1)Is your business a small business under NAICS code 334118? 2)Does your firm qualify as a small disadvantaged business? 3)If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act? 4)Are you a certified HUBZone firm? 5)Are you a woman-owned or operated business? 6)Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7) Is your business a large business? 8) Is your business registered in SAM.gov? Point of contact for this action is SFC Jesse Campos, Contract Specialist. Inquiries will only be addressed by Email: jesse.a.campos2.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9bb6a0ea5269907f255846af6950856e)
- Place of Performance
- Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
- Zip Code: 65473-0140
- Zip Code: 65473-0140
- Record
- SN03778473-W 20150628/150626235356-9bb6a0ea5269907f255846af6950856e (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 |