Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2025 SAM #8559
SOURCES SOUGHT

99 -- Biometrics and Forensics Collection Capabilities (BFC2)

Notice Date
5/1/2025 8:02:53 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-APG CONT CT WASH OFC ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY25BFC2
 
Response Due
6/2/2025 1:00:00 PM
 
Archive Date
06/17/2025
 
Point of Contact
Rosetta Wisdom-Russell, Keane Sablon
 
E-Mail Address
rosetta.wisdom-russell.civ@army.mil, keane.s.sablon.civ@army.mil
(rosetta.wisdom-russell.civ@army.mil, keane.s.sablon.civ@army.mil)
 
Description
Purpose U.S. Army Contracting Command, Aberdeen Proving Ground � Belvoir Division (ACC-Belvoir) is issuing this Request for Information (RFI) as a means of conducting market research to generate interest within industry and increase competition, identify potential sources with requisite capabilities, and refine the Government�s Performance Work Statement (PWS) and contract strategy. This RFI is solely for information and planning purposes and does not commit the Government to contract for any supply or service. The Government is not at this time seeking proposals and will not accept unsolicited proposals. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluation will be provided. The Government will retain all responses, which will be protected as business sensitive and will not be released outside of the Government and the Government�s program support contractor(s). The information provided may be used by the Government in developing its Acquisition Strategy, Performance Based Specifications, and/or related Acquisition Requirement documentation. Respondents are advised that the Government will not pay for any information provided, or administrative costs incurred, in response to this RFI; all costs associated with responding to this RFI will be solely at the Respondent�s expense. Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUB Zone small businesses, and woman-owned small businesses are encouraged to participate. Not responding to this RFI does not preclude participation in any future Request for Proposal(s) (RFP), if any is issued. It is the responsibility of the potential offerors to monitor for additional information pertaining to any future requirement. 2.0 Description Product Manager (PM) Biometrics is conducting market research to identify potential sources that possess the capability to procure, field, and sustain Biometrics and Forensics Collection Capabilities (BFC2) in accordance with the attached Draft PWS. PM Biometrics is considering a single award five (5)-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The scope includes program management, system procurement (hardware (HW) and software (SW)), fielding, sustainment, software engineering services, cloud services, help desk services, and cybersecurity services. BFC2 include Biometrics Automated Toolset-Army (BAT-A), Near Real Time Identity Operations (NRTIO), Next Generation Biometrics Collection Capability (NXGBCC), Counterintelligence (CI)/Human Intelligence (HUMINT) Equipment Program � Army (CIHEP-A). 3.0 Background PM Biometrics under Project Manager Terrestrial Sensors (PM TS), Program Executive Office for Intelligence, Electronic Warfare and Sensors (PEO IEW&S) designs, engineers, acquires, deploys, and sustains enterprise biometric and forensic solutions in multiple operating environments enabling identity dominance on the battlefield and across the Department of Defense (DoD). PM Biometrics information technology (IT) systems capture, transmit, store, manage, share, retrieve, and display biometric data for timely identification or identity verification. These systems are mission enablers for force protection, intelligence, physical and logical access control, identity management/credentialing, detention, and interception operations. PM Biometrics provides biometrics support to various operations, including counterintelligence, detainee operations, and post-Improvised Explosive Device (IED) incident exploitation, intelligence operations, presence operations, local population control, seizure operations, and base access control. 4.0 Requested Information PM Biometrics is determining the availability and technical capability of potential offerors to provide BFC2 services. Interested parties are required to respond to this RFI with a Capability Statement in Adobe PDF format that demonstrates their firm�s capability to support the Draft PWS. Please limit responses to ten (10) pages or less. Capability Statements shall address the following: Company name, address, email address, Web site address, telephone number, Cage Code, Unique Entity Identifier (UEI), business size, and socioeconomic category. Tailored Capability Statement addressing the particulars of this effort to include up to three (3) relevant projects with the following information: 1. Customer Name 2. Customer/Client POC Email 3. Total Contract Value 4. Period of Performance 5. Brief Description of Services Provided 6. Indicate if there is a CPARS (Contractor Performance Assessment Reporting System) Available If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Further, respondents are required to answer questions provided in Attachment 0002. Respondents should minimize proprietary information and if any, be sure it is clearly marked and segregated. Be advised that all submissions become government property and will not be returned. Questions To This Announcement: All questions pertaining to this announcement are due no later than fifteen (15) calendar days after release of the RFI. Telephone requests will not be accepted. Questions regarding this RFI should be submitted via e-mail to Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdom-russell.civ@army.mil and to Keane Sablon, Contract Specialist, keane.s.sablon.civ@army.mil, no later than 02:00PM EST on 15 May 2025. Questions/answers will be non-attribution and be published on the website at https://sam.gov/. If the Government has additional questions after reviewing your response, you may be contacted and asked to provide additional information. If an industry outreach event is anticipated in the future, details will be published on the website at https://sam.gov/. The deadline for responses to this request are due no later than 4:00PM, EDT, 02 June 2025. All responses and any questions related to this RFI must be mailed to the Contracting Officer, Rosetta Wisdom-Russell, rosetta.wisdom-russell.civ@army.mil and Contracts Specialist, Keane Sablon, keane.s.sablon.civ@army.mil. Telephonic inquiries will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6240ddf432ec4cd2940917d29286fc7e/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN07428758-F 20250503/250501230053 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.