Request For Information - Biometric Jump Kit
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 (Original)
- Original Published Date: Jul 26, 2023 06:46 pm CEST
- Original Response Date: Jul 31, 2023 04:00 pm CEST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 15, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5810 - COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS
- NAICS Code:
- 56162 - Security Systems Services
- Place of Performance: ITA
Description
SOURCES SOUGHT / REQUEST FOR INFORMATION
1.0 Description
This Sources Sought and Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Air Force. The Air Force will use this market research information to assess the market capability to successfully meet the Air Force's requirements for the performance of a virtual database completion, in combination with services and support of the database. The Air Force welcomes responses from all interested parties.
Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; therefore, all costs associated with responding will be solely at the interested party’s expense. Not responding to this Request for Information does not preclude participation in a future RFQ, if one is issued. It is the responsibility of the potential offeror to monitor www.SAM.gov for additional information pertaining to this requirement. Responses to this announcement need not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, the Air Force reserves the right to contact one or more of the respondents if additional information is required or to request demonstrations. Information obtained as a result of this announcement may be reflected in the subsequent solicitation if issued.
2.0 Background
The 31st Contracting Squadron is seeking potential sources as well as industry insight pertaining to the procurement of a biometric jump kit; this product is to support and enable Security Forces investigators with booking personnel in deployed and austere environments. Once the biometric information is collected it must be transferred to the Security Forces internal LSMS machine and forwarded to coordinating agencies.The jump kit, in accordance with AFMAN 71-102, Air Force Criminal Indexing and AFI 31-115, Law & Order Operations, must meet the following requirements:
1. Ability to host, utilize, and upload data through LiveScan Management Software ® (LSMS) per AFMAN 71-102 para. 2.2.1.6.
2. Must have small supply kit - utilized to maintain the longevity of the Jumpkit device.
3. Must have electronic signature pad to ensure the suspect/arresting officer closes out documents during the booking of suspect who committed the offense
4. Must have camera to capture the biometrics of the offender.
5. Must have USB hub - is utilized by SFS Investigators to ensure all booking documents are properly transcribed and transfered to the FBI for processing.
6. Must have computer laptop - will be the main source of storage and primary navigating system for all documents.
7. Must have carrying case - for protection of all items in kit
8. Must have rechargeable battery supply - Investigators can charge device and bring on all commercial flights.
9. Must have freight charges.
10. Must have maintenance warranty for the physical shell of the device.
11. Must have system warranty for the software on the device.
3.0 Requested Information
Vendors responding are requested to specify:
- Questions from industry pertaining to limiting factors of the requirement characteristics
- Ability to provide a product that meets or exceeds the requirement characteristics
- Company information to show technical capability and any relevant past performance. Please provide the following information:
- Company Name, Address, UEI and CAGE
- Identification of business size and whether currently designated as a small business and theappropriate categories (small business, small disadvantaged business, 8(a), service-disabledveteran-owned small business, veteran-owned small business, woman-owned small business,HUB zone, minority-owned, etc.)
- Capabilities Statement
4.0 Responses
All responses must be received no later than 4:00 PM Central Europe Time (CET) on 31 July, 2023. Responses shall be submitted electronically to Lt Stephanie Richey at stephanie.richey.3@us.af.mil.
Attachments/Links
Contact Information
Contracting Office Address
- UNIT 6102 BOX 140
- APO , AE 09604-6102
- USA
Primary Point of Contact
- 2 LT Stephanie Richey
- stephanie.richey.3@us.af.mil
- Phone Number 390434308311
Secondary Point of Contact
History
- Sep 07, 2023 08:10 pm CESTSpecial Notice (Original)
- Aug 16, 2023 05:55 am CESTSources Sought (Original)