Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26,1996 PSA#1688

Room 6875, JEH-FBI Bldg., 10th & Pennsylvania Ave., NW, Washington DC 20535

D -- AUTOMATED FINGERPRINT IDENTIFICATION SYSTEM (AFIS) SOL RFP-7046 POC Karen M. King, Contract Specialist, 202 324-2666. This is a combined syopsis/solicitation. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in FAR 12.6, as supplemented with additional infomation included in this notice. This announcement consitutes the solicitation; porposals are being requested and a written solicitation will not be issued. The solicitation document incorporated provisions and clauses are those in effect thfough Federal Acquisition Circular (FAC) 90-41. The FBI intends to negotiate three (3) Firm-Fixed price type contracts with five (5) option years on a sole-source basis with Printrak International, Inc., North American MORPHO Systems, Inc., and NEC Tecnologies, Inc. The purposed contract actions are equipment for which the government intends to solicit and negotiate with only once source under the authority of FAR 6.302. For Printrak International, Inc., Line Item 0001 shall be for one (1) Remote Latent Station 2000 (LS 2000) and remote communication system; Line Item 0002 shall be for maintenance options for five (5) years for LS 2000. The LS 2000 workstation is designed to perform latent scanning, image encoding, and review of latent search results. The scanner requirements are as follows: 500 dpi resolution and captures images in 256 levels of gray; Images displayed in 128 levels of gray; Provides auto-calibration and interactive adjustments of iris, focus and top/back illumination; Aperture control which allows the operator to repeatedly capture the same image clarity for each portion; Image enhancement toolset which includes side-by-side zoom, on-screen rotation, and multi-level on-screen contrast and brightness controls. For North American MORPHO Systems, Inc., Line Item 0001 shall be for one (1) Latent Entry Workstation and remote communication system; Line Item 0002 shall be for maintenance options for five (5) years for the Latent Entry Workstation and remote communication system. The MORPHO AFIS Flexscan Workstation's requirements are as follows: IBM RS?6000 model 370 computer; 64 MB memory color display; Keyboard; Mouse; Ricoh FS2 color scanner; AIX operating system software; X windowing system software Black-and-White laser printer; and Workstation table and chair. The requirements for the Workstation site Communications/Interface Package are as follows: XL 3.1 application software with DCJS SAFIS customization; Bay Networks router; and 56 Kbps modem. The requirements for the Host Site Communications Package are as follows: Bay Networks router; and 56 Kbps modem. For NEC Technologies, Inc., Line Item 0001 shall be for one (1) Latent Examiner Station 3 (LEXUS-3) and remote communication system; Line Item 0002 shall be for maintenance options for five (5) years for the LEXUS-3 and remote communication system. The requirements for the LEXUS-3 are as follows: Processor, 486; Harddisk, 40 MB minimum; Board, IMPP 20 MHZ, Operating System, MS-DOS; Display, 17'' color monitor 640 x480 pixels; Trak type, 2 buttons. The requirements for the compact scanner is resolution, 25.6 mm X 24.0 mm, 256 levels of gray. The above three (3) sources for AFIS workstations and communications packages are the only vendors whose equipment and communications software packages are compatible to the state and local database and other AFIS agancies where they reside. In order for the FBI to be able to acess these database, the systems must be compatible and use the same coimmunications software. Each of the manufacturers holds the patended rights on most of the major components, such as the software for driving the algorithms for the latent search. The software used by each of these vendors is proprietary to the individual vendor and can only be serviced by their service personnel. The NEC Technologies, Inc., will be required to allow connectivity to remote AFIS sites. Printrak International, Inc. and the Northern American MORPHO Systems supply the communications equipment and communications software. MAINTENANCE REQUIREMENTS: All three (3) contractors shall provide maintenance (labor and parts) as necessary for 99 percent effective performance of the equipment listed herein and is required to keep ample supply of parts on-site. All other parts shall be available locally or accessible within 24 hours. The Contractor (a) must indicate their level of parts stocking and provide the location of the nearest depot and the method of obtaining parts if they are unavailable at the depot, (b) is required to have local service personnel available as well as back-up resources. All personnel assigned to the FBI account must be approved for Escorted Access or undergo a FBI/DOJ background investigation, (c) must provide all test equipment and maintenance service shall include the items of equipment/software necessary for the maintenance of the equipment being serviced, (d) must provide hardware maintenance plans including escalation procedures for problem determination and corrections, (e) must be willing to work with other vendors to resolve equipment malfunctions when area of responsibility is unclear, (f) must agree to allow, at any time the Governemtn desires, the Original Equipment Manufactuere (OEM) to conduct an inspection of the equipment at the Government's expense. The Government will, at its own expense, make all the necessary arrangements for OEM inspection. However, based upon the results, the COntractor is responsible for bringing the equiqpment up to the current OEM's standards at no additional cost to the Government, (g) must have experience in providing maintenance services of same or similar equipment listed herein, (h) must designate a single point of contact for coordinating all aspects of Government support under this contract, (i) must provide maintenance support commencing the first day of the month following contract award. ON-CALL MAINTENANCE REQUIREMENTS: The contractor shall provide on-call maintenance service with 2 hours response time, during the PPM, which is 24 hours per day, 7 days a week, 365 days a year. MAINTENANCE OPTIONS: The Government will give written notice in accordance with the following (a) Option I - Decrease the PPM to 12 consecutive hours, 7 days a week, 365 days a year, (b) Option II - Decrease the PPM to 16 consecutive hours, 7 days a week, 365 days a year, (c) Option III - Decrease the PPM to 20 consecutive hours, 7 days a week, 365 days a year. RESPONSE TIME REQUIREMENTS: Maintenance personnel shall arrive at the designated point within 2 hours from the time the Government notifies the contractor the remedial maintenance which was requested during the PPM and extension thereof specified in the contract, regardless of when performed, (d) time spent by maintenance personnel after arrival at the site awaiting the arrival of additional maintenance personnel and/or delivery of parts, etc., after service call has commenced, (e) remedial maintenance required on any machine when scheduled preventitive maintenance for that machine preceding the malfunction had not been performed unless preventive maintenance was omitted at the Government's request or the contractor was denied access to the equipment, (0268)

Loren Data Corp. http://www.ld.com (SYN# 0027 19960925\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page