Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOURCES SOUGHT

99 -- Biometrics Enabling Capability (BEC) - Increment 1 (Amendment 0003)

Notice Date
11/20/2020 10:34:28 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-21-R-C001
 
Response Due
12/4/2020 9:00:00 AM
 
Archive Date
12/19/2020
 
Point of Contact
Jessica Cosby, Phone: 7037040829, Sabin Joseph
 
E-Mail Address
Jessica.l.cosby.civ@mail.mil, sabin.a.joseph.civ@mail.mil
(Jessica.l.cosby.civ@mail.mil, sabin.a.joseph.civ@mail.mil)
 
Description
The purpose of Amendment 0003 to this RFI Notice is to publish answers in response to questions submitted in reference to the RFI.� See the provided attachment accordingly. No terms nor conditions of the RFI have changed. The purpose�of Amendment 0002 is to advise the following: 1. The due date for responses to this RFI is hereby extended through 4 December 2020. 2. There is no preference as to the cloud provider hosting data, but vendors shall be capable of transitioning and managing data. 3. Answers to questions submitted to date will be issued in a subsequent amendment as soon as possible. ? Any responses to the RFI that have been submitted to date can be updated if so desired by any responders to the RFI prior to the amended closing time of the RFI. The purpose of RFI Amendment 0001 is to remove the ""FOUO / Acquisition sensitive"" markings from the Performance Work Statement (PWS) and Performance Based Specification (PBS) documents. These documents have been replaced without the markings accordingly. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY ��� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) nor a promise to issue a RFP in the future.� Requests for a solicitation/solicitation status will not receive a response.� This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever.� All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� Acknowledgement of receipt of submitted items will not be made nor will respondents be notified of the outcome of the information received. If a solicitation is released, it will be synopsized on the Beta.SAM.� It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. Responses are due by 1200 EST, 19 November 2020.� Please submit all RFI responses to the Contract Specialist � Jessica Cosby at Jessica.L.Cosby.civ@mail.mil, the Contracting Officer � Sabin Joseph at Sabin.A.Joseph.civ@mail.mil. The subject line for the email submission shall read as follows:� Subject:� Response to RFI W909MY-21-R-C001: BEC Increment 1 RFI: �Company Name� INTRODUCTION: The United States Army Contracting Command (ACC) � Aberdeen Proving Ground (APG), Belvoir Division, on behalf of the Project Manager (PM) Department of Defense (DoD) Biometrics/Product Manager Biometrics Enabling Capability (PdM BEC), hereby issues this RFI to survey the market for potential Systems Integrators capable of executing the work requirements stated in the draft BEC Increment 1 (BEC 1) Performance Work Statement (PWS) and proposed work that may be included into the BEC 1 PWS.� PdM BEC is seeking a System Integrator capable of providing the following: 1. DoD ABIS 1.3 Sustainment: Sustain the DoD Automated Biometric Identification System (ABIS) 1.3 on-premise Operational Environment (OE) and Amazon Web Services (AWS) Impact Level (IL) 5 cloud-based Disaster Recovery System (DRS) environment as requirements and technology dictate enabling the system to meet performance outcomes. This effort includes performance monitoring, cybersecurity compliance and system updates, and source code and database updates (i.e. monthly maintenance and system change requests), test and evaluation, training, risk management, configuration management, documentation updates, helpdesk support/diagnostics (Tiers I, II, and III), and Commercial Off the Shelf (COTS) sustainment and upgrades. 2. BEC 1 Capability Drop 1 Enhancements as stated in the BEC 1 PWS (in order of priority): a. Automate bi-directional communications between Identity Intelligence Analytic Repository (I2AR) and DoD ABIS; b. Perform custom Watchlist (Area of Operations/Area of Interest/Country) / secondary searches of the Biometric Enabled Watchlist (BEWL) capability; c. Send and receive responses to/from DoD ABIS via the Secret Internet Protocol Router Network (SIPRNet); d. Perform Originating Identifier (ORI) management, data sharing, and data governance processes to provide� and ensure data integrity; e. Transition all DoD ABIS environments to the AWS IL5 certified cloud: Transition Simple Mail Transfer Protocol (SMTP) and Secure File Transfer Protocol (SFTP) based interfaces to Web Services, Transition all on-premise services that support DoD ABIS to Cloud-based services (e.g. Domain� Name Services, Active Directory, Cross Domain Solution, Examination Services), Transition Operational Environment and Non-Production Environment to the Cloud, and Develop a DoD ABIS operations web portal, end user web portal, and a consumer (intel) web portal to� provide administrators, operators, users, and consumers access to DOD ABIS from anywhere in� the world; f. Implement voice modality (ingest, process, match, store, share, and manage); g. Access denial notifications for �Forward Operating Base (FOB) hopping; occurs when �an individual is denied access at one FOB and attempts to gain access at another FOB; h. Upgrade architecture to enable usage of the best of breed matching algorithms to include the development of a matcher interface that is able to seamlessly integrate industry�s algorithms; i. Develop a Non-Operational Environment (NOE) to perform Interoperability testing; and j. Implement a training environment and embedded training. 3. Optional BEC 1 Capabilities and Enhancements: Receive, process, match, store, and manage DNA references; Integrate DoD ABIS with DNA databases; Develop system self-monitoring capabilities and automatic detection of system problems; and Develop adaptive algorithms utilizing heuristics and data patterns to improve single modality and fusion accuracy and performance. BACKGROUND: BEC 1 is an Army Program of Record with joint and federal agencies interest. DoD Automated Biometrics Identification System (DoD ABIS) is the system of record and DoD's only authoritative biometric repository with over 18,000,000 biometrics records. DoD ABIS is an ACAT III information technology system supporting identity superiority by providing the critical core capability for Warfighters to identify known or suspected threat actors in Joint All Domain Operations (JADO) to include peer/near-peer adversaries, terrorists and third country nationals. PdM BEC is the Materiel Developer responsible for DoD ABIS life cycle management. DoD ABIS provides 24/7 operational support for the Warfighter and interagency partners to decide and act in near-real time with timely identification and identity verification of known or suspected threat actors across the full range of military operations. DoD ABIS enables actionable intelligence supporting force protection and offensive operations preventing espionage, sabotage, terrorist operations and other coercive actions against US forces, the homeland and partner nations. DoD ABIS enables the Army, all other DOD components, Interagency and International Partners to effectively impede adversary's ability to conceal their identity and intentions. DoD ABIS delivers this capability by performing multimodal ingestion, processing, matching, storing, sharing, and managing for treat actor�s biometrics. RFI Intent: The intent of this market research is to identify potential candidates that can sustain DoD ABIS 1.3 and implement the BEC 1 Capability Drop 1 Enhancements outlined in the �Objective of the RFI� section above. This research could become the basis to drive new capabilities or enhance PdM BEC�s biometrics-business functions. The market research could also support decisions to upgrade the existing biometrics software baseline if a wholesale reconfiguring, re-architecting, or re-implementing business functions is necessary. PERIOD OF PERFORMANCE (POP): The anticipated POP of a requirement associated with this RFI will be a twelve (12) month base period and four (4) twelve (12) month option periods.� The BEC 1 CD 1 will be executed during the base period and the first Option Year. TRANSITION PERIOD: At a minimum, there will be a 30 to 60 day transition-in period. *PLACE OF PERFORMANCE: The Government will require the successful offeror to propose a work location to support the following DoD ABIS environments: A. The Operational Environment (OE) for DoD ABIS is currently located at the Federal Bureau of Investigation (FBI) Criminal Justice Information Services (CJIS) campus at Clarksburg, WV.� Upon full transition to the Cloud, the OE will reside within an AWS IL 5 GovCloud environment. B. The Non Production Environment (NPE) for DoD ABIS is also currently located at the FBI CJIS campus at Clarksburg, WV.� Upon full transition to the Cloud, the NPE will reside within an AWS Cloud environment. C. The Disaster Recovery System (DRS) is currently located in an AWS IL 5 GovCloud environment. *NOTE: It is the Government�s intent for BEC 1 and all its environments to fully transition into a cloud environment while still providing support to our Primary User DFSC-BOD located at the CJIS Campus in Clarksburg, WV. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS): In accordance with FAR Part 19, the government seeks maximum practicable opportunities for qualified and interested small business concerns to participate in this acquisition. The most likely identified NAICS code for this acquisition is 541512, �Computer Systems Design Services�. The size standard for this code is $27,500,000.00. ADDITIONAL INFORMATION: In order to better understand your company�s capabilities in regards to your current products and business practices in an enterprise biometrics architecture, the following areas are requested to be addressed: A. DoD ABIS 1.3 Sustainment: PdM BEC is requesting information on ability of the Systems Integrator to maintain the DoD ABIS 1.3 hardware and software baseline until the OE and NPE can fully transitions to an AWS IL5 GovCloud environment.� The Contractor shall have the capability to develop, test, and integrate routine maintenance releases that incorporate defect fixes, environmental modifications to the OE, DRS, and NPE.� In addition, the Contractor shall have the capability to update the system via system change requests. Any changes to the system must maintain the system�s security posture, as required by applicable Army and DoD regulations, Information Assurance Vulnerability Management (IAVM) notifications and the DoD Risk Management Framework (RMF). B. BEC 1 capabilities and enhancements:� PdM BEC requests the System Integrator to provide any innovative approaches that could meet the BEC 1 CD 1 Enhancements outlined in the �Objective of the RFI� section.� Additional information and draft requirements can be found in the BEC 1 Performance Work Statement (PWS) and Performance Based Specification (PBS) dated [27 August 2020] that could potentially assist in identifying the innovative approaches.� C. BEC 1 Sustainment: PdM BEC is requesting information on ability of the Systems Integrator to maintain the BEC 1 system within an AWS IL5 GovCloud environment.� The Contractor shall have the capability to develop, test, and integrate routine maintenance releases that incorporate defect fixes, environmental modifications to the Cloud OE, DRS, and NPE.� In addition, the Contractor shall have the capability to update the system via system change requests. Any changes to the system must maintain the system�s security posture, as required by applicable Army and DoD regulations, IAVM notifications and the DoD RMF. D. Miscellaneous Upon review of the tasks and information within; Provide recommendations of preferred contractual vehicle (i.e. CPIF, CPFF, and or FFF). Identify time required to produce a viable response to a� proposal for the tasks outlined in this RFI Identify proposed facility and staffing requirements for sustainment of current hybrid (hardware / cloud) configuration, along with migration to and support of the full cloud instantiation. Provide specific examples of past performance in migration of hybrid to full cloud architectures (complexity, cost impacts, and efficiencies) 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 with the exception of questions as it pertains to small business, shall not exceed 25 pages, (including the cover page and appendices). The Capability Statement must be sufficient to demonstrate performance acumen directly related to the performance of the requirement as specified in the attached draft PWS. B. All information submitted to the Contract Specialists stated above must reference RFI number [W909MY-21-R-C001]. Documents must be submitted in electronic format (i.e. Microsoft Word or Adobe Acrobat compatible) to the Contracting Officer and Contract Specialists stated above. C. The information package shall also include: Basic overview of company to include Company Name, Company�s POCs (name, phone number, and email address), Company location, CAGE Code, DUNS Number, product and service offerings, D. The Small Business Size Standard for this NAICS 541512, �Computer Systems Design Services�. For more information, please refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern8 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business (WOSB) Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) E. Do you identify your company as a Small Business or any of the SB subcategories as stipulated in Question D, then is your company interested in a prime contract for the requirement? F. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541512? NOTE: If you are a SB, answer questions F1 & F2. All others skip to Question #G. If your company is awarded the contract, will you be able to perform at least 50% of the work? If you are a small business, can you go without a payment for 90 days? G. List� up to 5 current or past Government contract vehicles (include contract # and name of vehicle and multiple award contract vehicles to which the respondent is currently affiliated with) to include the ALLIANT and/or OASIS GSA GWAC H. The Contractor shall cite any relevant contracts to this requirement, current or within the past three (3) years.� Include, 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. �������������������� I. What are the core competencies of your employees that would support the needs of the requirement? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. J.�Provide if known, the proposed percentages of supply/performance that will be subcontracted to support this effort, to include similarly situated entities � K. Provide any recommended staffing plans, personnel and/or organizational experience as it relates to this effort. L. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? � NOTE: If actual experience with Army Acquisition and/or providing software intensive system development, sustainment, maintenance, modification, and post production life cycle system support is not possessed, please explain what similar, relevant experience your company does have and how you will be able to meet all the requirements as stated in the draft PWS. The Contractor shall also provide: A description of the relevant program support background, experience, and skills of your company's projected personnel to perform and meet all elements of the attached draft PWS. The products and services capabilities to compensate for failing to meet all the stated needs by offering other advantageous features or performance. Responses shall include a statement on the commerciality of your capabilities. Also, explain how they meet the definition of a commercial item/service as defined in accordance with FAR 2.101. Any other information that clearly demonstrates the respondent's relevant Army acquisition program capabilities, expertise, and experience to establish core competencies of the firm. M. 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. N. Interested vendors must be registered on the Central Contractor Registration in the Beta System for Award Management (SAM) database and the online representation and certification application (OCRA) must be activated. For SAM registration, please visit online - https://beta.sam.gov/ PACKAGE SUBMISSION DEADLINE: Responders are responsible for all costs for submitting their capability packages. All capability packages must be electronically submitted to the Contract Specialist and Contracting Officer stated above by 12 noon Eastern Standard Time (EST) on [19 November 2020]. QUESTIONS AND ANSWERS: All questions must be submitted in writing and e-mailed to the Contract Specialists stated above by 12 noon EST on [3 November 2020]. Questions received after this date/time may or may not be answered. Please be advised that pre- solicitation correspondence (i.e. Questions & Answers, messages, etc.) are solely to aid the potential Offerors. If you find any discrepancies between communication dialog and any forthcoming contractual document (i.e. solicitation, Price Model, etc.), the contractual document shall prevail. IMPORTANT INFORMATION TO VENDORS: A. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response or any follow-up information requests. Therefore, responses to this announcement cannot be accepted as offers. The Government reserves the right to use the information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the requirements. Respondents are advised that the Government is under no obligation to provide feedback to respondents or request any additional information from respondents with respect to any information submitted. B. The Government is under no obligation to submit a solicitation as a result of this RFI. C. A response to this RFI notice will not be considered as an adequate response to any future solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/495d5ee2d157443a92ff390a4f633b5a/view)
 
Record
SN05858411-F 20201122/201120230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.