Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
SOURCES SOUGHT

R -- RFI DoD Biometrics Automated Toolset-Army (BAT-A) - Attachments

Notice Date
3/22/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-16-R-0034
 
Archive Date
4/29/2016
 
Point of Contact
Brian McGuire, Phone: 4438615382, Steven Foster, Phone: 443-861-4842
 
E-Mail Address
brian.d.mcguire1.civ@mail.mil, steven.g.foster3.civ@mail.mil
(brian.d.mcguire1.civ@mail.mil, steven.g.foster3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
BAT-A RFI W56KGY-16-R-0034 (21 MAR 2016) Attachment 0002 CDRL List (17Mar2016) Attachment 0001 BAT-A Sustainment Task List (18Mar2016) Request for Information (RFI) W56KGY-16-R-0034 For Department of Defense (DoD) Biometrics Automated Toolset-Army (BAT-A) INTRODUCTION: The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG) located at, Aberdeen Proving Ground on behalf of the Product Lead (PL) Biometrics Automated Toolset-Army (BAT-A) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Biometrics Automated Toolset - Army. The intension is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER: "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT." NOTE: NUMBER W56KGY-16-R-0034 IS FOR INTERNAL TRACKING PURPOSES ONLY. PROGRAM BACKGROUND: BAT-A is the Materiel Developer charged with executing the life cycle management responsibilities for the Army's biometric collection devices. BAT-A collects, match and compare fingerprints, iris images, and facial photos to establish identity superiority and maintain identity dominance in all areas of military operations. The purpose of the Family of Systems (FoS) is to positively identify individuals; link individuals to events and activities that pose a threat to peace and security; share biometric data with approved DoD, interagency, and multi-national partners. This capability is a FoS that helps in capturing, processing, matching, sharing and managing national biometrics resources for adversary (red force) and neutral/unknown/non-aligned (gray force) population groups across the full range of military operations. REQUIRED CAPABILITIES: This sources sought synopsis identifies the requirements for BAT-A operations, maintenance, software engineering support and hardware procurement. It requires the Contractor to have a broad understanding of both hardware (devices) and software that are used for biometrics collection, storage, matching, and analysis in a forward operating environment. The scope of work requires the contractor to be fully aware of the mission and functions of the BAT-A. The contractor shall perform as a system integrator that performs operations, maintenance, software engineering services, hardware/software procurement, and associated support for BAT-A. These services shall focus on supporting the Warfighter needs by sustaining adequate support functions required on a daily basis. The contractor is further responsible for supporting maintaining/sustaining all the systems detailed herein, along with any associated support equipment, facilities and infrastructure necessary to support the Army. The Contractor shall provide support for the following tasks: a. Task 1: Performance Management b. Task 2: Program Management and Transition Support c. Task 3: Field Support d. Task 4: Software Engineering Services e. Task 5: Biometrics Help Desk f. Task 6: Data Center Operations g. Task 7: Hardware and Software Procurement h. Task 8: Training Support (OPTION) i. Task 9: Surge Support (OPTION) j. Task 10: BAT-A HandHeld (HH) Sustainment Activities Further detail is provided in the draft BAT-A Sustainment Task List attached to this announcement (Attachment 0001). Note, Attachment 0001 is not all encompassing. More detail will be provided should a solicitation be released in the future. PERIOD OF PERFORMANCE (POP): Anticipated POP shall be up to a twelve (12) month base period and up to four (4) twelve (12) month option periods. PLACE OF PERFORMANCE: The Contractor shall perform within Continental United States (CONUS) locations and Outside of the Continental United States (OCONUS) locations including the U.S. Central Command (CENTCOM) area of responsibility (AOR), with additional support in U.S. European Command (EUCOM), U.S. Africa Command (AFRICOM), and U.S. Pacific Command (PACOM). Surge support, which entails a rapid increase in operations support, may be required in CENTCOM, PACOM, U.S. Southern Command (SOUTHCOM), or other worldwide locations, in the event of a change in U.S. military operations during the period of performance. If required, surge support will be implemented through optional tasks. No limitations shall be placed on area of work (e.g., fixed versus temporary site) in OCONUS locations. Performance may also include coordination at locations currently key to BAT-A such as the National Capital Region (NCR), Ft. Huachuca, AZ, Charlottesville, VA and Aberdeen, MD. TRANSITION PERIOD: There will be approximately a 60 day transition period. ACC-APG POINTS OF CONTACT (POCs): Contracting Officer: Steven Foster Phone: 443-861-4842 E-mail: steven.g.foster3.civ@mail.mil Contract Specialist: Brian McGuire Phone: 443-861-5382 E-mail: brian.d.mcguire1.civ@mail.mil Technical Point of Contact: Melissa Howlett / Lisa Marino Phone: 443-861-6402 / 443-861-6172 E-mail: melissa.j.howlett.civ@mail.mil / lisa.d.marino2.civ@mail.mil SUBMISSION GUIDELINES: Interested parties are required to provide an information package consisting of the following: A. The contractor submission to the items in this notice shall not exceed 30 pages, (including the cover page and appendices). Documents must be submitted in electronic format (i.e. Microsoft Word 2010 or Adobe Acrobat compatible) to the ACC-APG POCs stated above. The text shall have one inch margin on all sides, single-spaced, Times New Roman font, font size of 12, and page size 8 1/2 x 11 letter. B. All information submitted to ACC-APG POCs (e.g. Contracting Officer, Contract Specialist and Technical Point of Contact) and must reference sources sought synopsis number W56KGY-16-R-0034. C. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Therefore, your documentation must include the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in Attachment 0001 for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. D. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. E. The contractor shall cite any current or past relevant customers to this requirement within the past three (3) years including: contract effort (including contract number and total dollar value), points of contact (including name, phone number, and email address), and indicate whether your company participated as the prime or subcontractor. Additionally, include any recommended staffing plans, personnel and/or organization experience. F. If you submit Proprietary information, you must clearly mark as proprietary on every sheet containing such information and segregate the Proprietary information to the maximum extent practical from other portions of your response (e.g. use an attachment or exhibit). Respondents are responsible for adequately marking Proprietary information in their response. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. G. Interested vendors must be registered on the Central Contractor Registration in the System for Award Management (SAM) database and the online representation and certification application (OCRA) must be activated. For SAM registration, please visit online - https://www.sam.gov/portal/public/SAM ELIGIBILITY The applicable NAICS code for this requirement is 541330 with a Small Business Size Standard of $15,000,000. The Product Service Code is R425. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. (When more than one NAICS code applies to the procurement, select the code that represents the preponderance of the effort.) PACKAGE SUBMISSION DEADLINE: Contractors are responsible for all costs for submitting their capability packages. All capability packages must be electronically submitted to the ACC-APG POCs (e.g. Contracting Officer, Contract Specialists and Technical Point of Contact) by 12 noon Eastern Standard Time (EST) on 4 April 2016. IMPORTANT INFORMATION TO VENDORS: A. The contract type for this contract is to be determined. B. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. C. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. D. No phone calls will be accepted. E. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. F. A response to this sources sought synopsis notice will not be considered as an adequate response to any future solicitation. ATTACHMENTS: There are two attachments to this sources sought synopsis number: Attachment 0001: BAT-A Sustainment Task List dated 18 March 2016 Attachment 0002: Contract Data Requirements List dated 17 March 2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/276f85ea16fb2cc525ab52dd2da09b5a)
 
Place of Performance
Address: The Contractor shall perform within Continental United States (CONUS) locations and Outside of the Continental United States (OCONUS) locations including the U.S. Central Command (CENTCOM) area of responsibility (AOR), with additional support in U.S. European Command (EUCOM), U.S. Africa Command (AFRICOM), and U.S. Pacific Command (PACOM). Surge support, which entails a rapid increase in operations support, may be required in CENTCOM, PACOM, U.S. Southern Command (SOUTHCOM), or other worldwide locations, in the event of a change in U.S. military operations during the period of performance. If required, surge support will be implemented through optional tasks. No limitations shall be placed on area of work (e.g., fixed versus temporary site) in OCONUS locations. Performance may also include coordination at locations currently key to BAT-A such as the National Capital Region (NCR), Ft. Huachuca, AZ, Charlottesville, VA and Aberdeen, MD., Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04059092-W 20160324/160323001555-276f85ea16fb2cc525ab52dd2da09b5a (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.