Individual Identity Verification and Authentication Support Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Apr 25, 2023 11:53 am EDT
- Original Published Date: Apr 25, 2023 11:47 am EDT
- Updated Response Date: May 24, 2023 01:00 pm EDT
- Original Response Date: May 24, 2023 01:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: DJ01 - IT AND TELECOM - SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR)
- NAICS Code:
- 541519 - Other Computer Related Services
- Place of Performance: USA
Description
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Recovery Technology Programs Division (RTPD), requires support services which include, but are not limited to, a One Time Password (OTP) authentication solution, verification and authentication of identity, occupancy, ownership, insurance, vehicle and demographic information for individuals registering for FEMA disaster assistance or family reunification purposes where a disaster has occurred or been declared. Furthermore, FEMA seeks products and services in the prevention of fraud, waste, and abuse within the domain of Government financial assistance programs.
This is a market research tool being used for information only to be used for determining the availability and adequacy of eligible business sources in order to meet FEMA/Recovery Technology Programs Division (RTPD) needs. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Notice or any follow up information requests. The Government is not obligated to and will not pay for any information received from industry sources as a result of this Sources Sought Notice. Respondents will not be notified of the results of the Sources Sought Notice or resulting market research.
“SSN Response for (program office and requirement title)” shall be in the subject line of your e-mail. All responses shall be unclassified, with proprietary information clearly marked. The document format shall be either Microsoft Word (.doc or .docx), or Adobe Acrobat (.pdf) formats. Pages shall be 8.5 by 11 inch and shall use a type of pitch that is no smaller than a standard 11-point font type, with the exception of charts, graphs, or tables, which shall use a pitch not smaller than 10-point font. Responses shall not exceed (8 pages) pages in length including images, data displays, charts, graphs, and tables. Page limitation does not include: 1 cover page. Do not include promotional materials. Please keep responses short and concise to fit within the required 6-page limit.
Interested contractors shall submit their SSN responses electronically to Danyelle Wilcox, Contracting Officer, at Danyelle.Wilcox@fema.dhs.gov and Ebenezer Wilson, Contract Specialist, at Ebenezer.Wilson@fema.dhs.gov no later than 1:00PM Eastern Standard Time (EST) on May 24, 2023.
Attachments/Links
Contact Information
Contracting Office Address
- 500 C STREET SW 3RD FLOOR
- WASHINGTON , DC 20472
- USA
Primary Point of Contact
- Danyelle Wilcox
- Danyelle.Wilcox@fema.dhs.gov
Secondary Point of Contact
History
- May 04, 2023 05:37 pm EDTSources Sought (Updated)
- Apr 25, 2023 12:26 pm EDTSources Sought (Updated)
- Apr 25, 2023 11:53 am EDTSources Sought (Updated)
- Apr 25, 2023 11:47 am EDTSources Sought (Original)