Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOURCES SOUGHT

B -- Mobile Electronic Biometric/Biographic Data Collection Device

Notice Date
3/6/2017
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA17I0026
 
Archive Date
4/4/2017
 
Point of Contact
Sharon L. Weber, Phone: 1-703-875-5198
 
E-Mail Address
WeberSL2@state.gov
(WeberSL2@state.gov)
 
Small Business Set-Aside
N/A
 
Description
1. BACKGROUND/PROGRAM DESCRIPTION The Office of the Chief Technology Officer (CTO) of the Department of State's, Bureau of Diplomatic Security provides Diplomatic Security with the technology and capabilities to carry out its global mission. CTO's mission is to provide Diplomatic Security (DS) with state-of-the-art technology and other IT services in support of DS's global law enforcement and security mission. CTO supports this mission by developing and deploying solutions that assists DS in providing a safe and secure environment for the conduct of U.S. foreign policy, conduct investigations, provide assistance to U.S. and foreign law enforcement agencies, to help secure U.S. borders and protect the national security of the United States. In support of this mission, CTO is seeking information on the current and near-term availability of a data collection device on a mobile electronic platform, capable of obtaining biometric and biographic information and communicating wirelessly through a virtual private network (VPN). The device(s) of interest should weigh 3 pounds or less, be tough, rugged, and durable enough to function reliably in the various outdoor environmental conditions that DS end users face, and be efficient and easy to use for the collection of biometric and biographic information in the field. The device may be fully integrated, or comprised of compatible component parts (i.e. COTS device [platform] with rugged sleeve and integrated sensor(s) [accessory]). 2. PROBLEM STATEMENT/REQUIREMENTS DS is seeking responses to this RFI to determine the current capability(ies) and price point of the market, to provide solutions that will meet the needs of DS end users. These needs include the capability to capture biometric and biographic information from unknown persons and to achieve identification of known persons of interest while in the field. Key Performance Parameters (KPPs) associated with the mobile data collection device, in terms of Threshold (minimum) and Objective (preferred), is contained below in Table 1: Table 1. Smartphone / Tablet Device Description Threshold Objective Proposed Solution Biometric Data Collection (image sensor capabilities) Flat fingerprints (FAP 45) Facial image (SAP 32) Iris image (SAP 30)FAP 50 or above SAP 42 or above Durability / RuggednessIngress Protection Rating: IP65 Must survive multiple drops at 36 inchesDrop resistant (e.g. designed toward MIL-STD-810G "drop spec to 48"). Mobility Field and Office Use Vehicle Use Communications 3G cellular 4G LTE cellular 802.11 (WiFi) Ethernet (optional) InputsTouchscreen Virtual Keyboard OSAndroid or Windows 10 versions Current iOS, Android or Windows 10 versions Data Formatting Output(s)DOJ FBI EBTS (current version) DOD DFBA EBTS (current version) Current INTERPOL standard Subject Record (data) Storage 200 subject records (storing images, not templates) Security Adherence to DOS, NIST, FIPS and FBI CJIS Mobile Security policies Data "at rest", "in transit" is protected and secured. EnvironmentLaw Enforcement Profile (recommended by NIST Special Publication 500-280) Data ManagementCompliant with ANSI/NIST-ITL 1-2007 requirements Phone-based (includes platform + accessory) Screen Size (inches, diagonal) Greater than 3.5 in. Multiple form factors Dimensions (inches) Less than or equal to 7x3x1 Multiple form factors Weight (pounds) Less than 2 lbs. Less than 3 lbs. PowerThe DEVICE needs to provide a minimum of 7 (threshold) hours, from a full charge without need for battery replacement or recharge. The DEVICE needs to provide an 8 plus hours (threshold) hours, from a full charge without need for battery replacement or recharge. 3. RESPONDING TO THIS RFI Sources able to satisfy the KPPs are invited to submit information describing their system. Please limit submissions to a MAXIMUM of 6 pages (cover page and product description(s)). Responses should include: Cover page (maximum 2 pages) • Contact and company information •Name • Title • Company Name • Date of incorporation • Number of years in business • Brief overview of company history • FY15 and FY16 sales, FY17 estimates • Number of employees • Location • NAICs code • Business Size • Socioeconomic Status • Mailing address • Phone number • Website address • Email address • Note that RFI respondents shall designate a single Point of Contact for receipt of all information pursuant to this RFI. • List any pertinent GSA or other Federal government schedule currently listed on. • Provide GSA or other Federal schedule pricing relevant to your products and warranty/maintenance services. • Name/type of technology(ies) or model(s) currently manufactured • Define capabilities and resources available to provide the following: • Production - facilities, manpower, and manufacturing capabilities for production volume in the hundreds/thousands of units • Engineering - product developments, modifications needed to satisfy stated requirements, including biometric data capture/formatting and durability • Training - ability to provide instruction in proper product use and troubleshooting • Maintenance - ability to provide product repair or preventive maintenance • Warranty - types of product warranty(ies) available Vendors should indicate capability to demonstrate the capability of the device in Rosslyn, Virginia. Product Description(s) (maximum 2 pages) Provide a brief summary of salient product characteristics and the key characteristics including: • Product description(s) (sensors, battery life, etc.) • Description of Graphical User Interface and process workflow(s) • Technology maturity: Existing technology or technology concept; list the current Technology Readiness Level • Other product characteristics relevant to this RFI To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Method of submission: one electronic submission in machine-readable format (typically PDF, ASCII, MS Word, or Word Perfect format). Responses to this request for information are to be submitted electronically to DS at mobile.data.collection_RFI@state.gov. In addition, provide copies to Sharon Weber at webersl2@state.gov and to Deborah Koplen @koplendj@state.gov. Please include the RFI Number SAQMMA17I0026 and title in the subject line of your email and provide one electronic submission in PDF format. Submissions must be received no later than 5:00 PM, U.S. Eastern Daylight Savings Time, Monday, March 20, 2017. Early submissions are encouraged. DS reserves the right to review late submissions but makes no guarantee to the order of, or possibility for, review of late submissions. Unsolicited proposals in response to this RFI will not be considered. 4. GOVERNMENT PLANS THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for market research, planning and information purposes and is not to be construed as a commitment by the Government to issue a subsequent solicitation (Broad Agency Announcement, Request for Proposal, etc.). Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgment of receipt - if a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any supply or service. DS is not seeking proposals at this time. Responders are advised that the U.S. Government will not pay any costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future solicitation. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government, and will not be returned. Responses to the RFI may be used to develop Government documentation. Responses to this RFI may be evaluated by Government technical experts drawn from staff within DS and other Federal agencies. The Government may use selected support contractor personnel to assist in the evaluation. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source selection information. 5. QUESTIONS AND REQUESTS FOR ADDITIONAL INFORMATION Questions and requests for additional information should be sent to DS at webersl2@state.gov. Place of Performance: Rosslyn, Virginia 22209 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17I0026/listing.html)
 
Place of Performance
Address: Rosslyn, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN04424618-W 20170308/170306234847-9c13a1e3c9b85c4e74d82f6e8e21c2b4 (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.