SOURCES SOUGHT
D -- NEW Biometric Authentication Proof of Concept VA-25-00068423
- Notice Date
- 5/2/2025 8:14:13 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B25Q0292
- Response Due
- 5/23/2025 7:00:00 AM
- Archive Date
- 06/22/2025
- Point of Contact
- Crystal Lomonaco, Contract Specialist, Phone: 848-377-5101
- E-Mail Address
-
crystal.lomonaco@va.gov
(crystal.lomonaco@va.gov)
- Awardee
- null
- Description
- SUBJECT* Biometric Authentication Proof of Concept - Request for Information with ROM GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 07724 SOLICITATION NUMBER* 36C10B25Q0292 RESPONSE DATE/TIME/ZONE 05-23-2025 10AM EASTERN TIME, NEW YORK, USA ARCHIVE 30 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE TBD PRODUCT SERVICE CODE* DJ01 NAICS CODE* 541519 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Technology Acquisition Center 23 Christopher Way Eatontown NJ 07724 POINT OF CONTACT* Crystal Lomonaco Crystal Lomonaco@va.gov DESCRIPTION Department of Veterans Affairs (VA) Biometric Authentication Proof of Concept Request for Information (RFI) Introduction This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The purpose of this RFI is to identify qualified vendors, who are able to meet Department of Veterans Affairs (VA) requirements for Biometric Authentication Proof of Concept. Any contract/order that might be awarded based on information received or derived from this market research will be the outcome of the competitive process. The purpose of this RFI is to obtain market information on capable sources of supply, industry best practices, and input specific to the information provided. The Government is not responsible for any cost incurred by industry in furnishing this information. All costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions will become Government property and will not be returned. Interested vendors are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. Scope The Department of Veterans Affairs (VA) intends to issue a Request for Proposal for Biometric Authentication Proof of Concept. RFI Response Instructions NOTE: The capability package must be clear, concise, and complete. VA is under no obligation to provide feedback to the company or to contact the company for clarification of any information submitted in response to this RFI. Provide the following information: Company Information: 1. Company Name 2. CAGE/Unique Entity Identifier (UEI) under which the company is registered in SAM.gov and SBA Veteran Certification (VetCert) 3. Company Address 4. Point of contact 5. Telephone number 6. Email address 7. For small business concerns, indicate whether at least 50 percent of the total amount paid by the Government will be paid to firms that are similarly situated. Summarize your company s technical approach to meeting the requirements, to include: Describe your direct experience deploying and supporting face/iris biometric authentication for physical access control and/or logical access control at federal agencies, large healthcare/life sciences provider organizations, or large commercial industry organizations (e.g., Fortune 500), including the scale, size, and complexity of the deployment and support for: Baseline assessments of deployment locations, Planning and deployment of hardware / software, Solution testing and validation of performance, and Participant enrollment and troubleshooting support. Describe your direct experience supporting deployment/operation of biometric authentication solutions within a single tenant cloud environment at federal agencies, large healthcare/life sciences provider organizations, or large commercial industry organizations (e.g., Fortune 500). Provide a rough order of magnitude (ROM) of costs to complete all requirements. Provide estimates for all resources including labor costs, hardware costs, software costs, and indirect costs. Indicate if costs are one-time, or recurring (e.g., monthly). Provide separate ROMs for the base task, Option Year 1, and each Optional Task. Are there any requirements outlined in the PWS that require additional details or clarification? Are there any requirements that are technically unfeasible based on the period of performance (i.e., 12 months for base task, 12 months for Option Year 1)? If yes, propose a specific alternative approach that would achieve the same outcome as the original requirement. To achieve the outcomes described, will your solution require customization? What, if any, requirements could be rescoped to reduce cost, while still achieving the same outcome? List any limitations your solution will encounter interfacing with PACS systems, including but not limited to PACS outlined in the PWS. If your company is a Small Business, also include the following: The intent and ability to meet set-aside requirements for performance of this effort. Information as to proposed team members, the percentage of work each is to perform and which PWS requirements would be subcontracted. All proprietary/company confidential material shall be clearly marked on every page that contains such. Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must indicate whether at least 50% of the cost incurred would be expended for prime employees or employees of other eligible SDVOSB/VOSB firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% SDVOSB/VOSB requirement. SDVOSB and/or VOSB s MUST CHECK THE APPROPRIATE BOX BELOW AND INCLUDE IN THE RESPONSE: At least 50% of the cost incurred would be expended for SDVOSB/VOSB prime employees or employees of other eligible SDVOSB/VOSB firms. YES NO Responses to this RFI shall be submitted electronically no later than 10:00 AM Eastern Standard Time on May 23, 2024. SUBMIT RESPONSE TO: Crystal Lomonaco, crystal.lomonaco@va.gov Kendra Casebolt, Kendra.casebolt@va.gov See attached document: Performance Work Statement Biometrics Proof of Concept_DRAFT
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/174f15f1c2af47d885d96bda82fe56c6/view)
- Record
- SN07429777-F 20250504/250502230100 (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 |