Counter-Biometrics Services

expired opportunity(Expired)
From: Federal Government(Federal)
USMS-20-RFI-00001

Basic Details

started - 14 Jan, 2020 (about 4 years ago)

Start Date

14 Jan, 2020 (about 4 years ago)
due - 18 Feb, 2020 (about 4 years ago)

Due Date

18 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
USMS-20-RFI-00001

Identifier

USMS-20-RFI-00001
JUSTICE, DEPARTMENT OF

Customer / Agency

JUSTICE, DEPARTMENT OF (28655)US MARSHALS SERVICE (702)US DOJ, USMS, JUDICIAL SECURITY DIV (14)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Reference Number:USMS-20-RFI-00001Response Due Dates: Electronic Responses/Submissions shall be received no later than 18 February 2020, 4; 00 pm (EST).Purpose:This Request for Information (RFI) as identified in the Federal Acquisition Regulation (FAR)    15.201 (c) (7) is issued solely for market research and planning purposes. It does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotes.This RFI’s specific purpose is to obtain market information on viable sources, industry practices, and innovative technical approaches/solutions.Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Those who respond to this RFI should not anticipate feedback concerning their submission. All submissions will become the property of the Government and will not be returned. Proprietary information, if any, must be clearly marked on all material(s) submitted. All information received marked Proprietary will be handled in
accordance with 41 USC 2101- 2107. Responding to this RFI is completely voluntary and will not enhance or adversely affect responses to any resulting solicitation if such solicitation is issued at a later date. There is no competitive advantage gained by responding to this RFI. Additionally, the Government will not provide reimbursement for any information that may be submitted in response to this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. No promise of future business with the Government will result from responding to this RFI.The Government is not required to respond to any questions submitted in response to this RFI. If the Government chooses to respond to any questions, the questions and answers will be posted to the beta.sam.gov website (FBO), Contract Opportunities and the General Services Administrative (GSA) Advantage website, RFQ 1409123.Background:       The United States Marshals Service (USMS), a component of the Department of Justice, has approximately 6,500 employees and support contractors located in approximately 400 offices across the U.S. and its territories. The USMS mission is to defend the Constitution of the United States through the protection of the judiciary and of the judicial process.  This law enforcement responsibility is carried out through the performance of the following functions:Providing court securitySafekeeping protected witnesses of the courtApprehending fugitives trying to escape justiceEnsuring prisoners are securely and humanely confinedProducing prisoners for court appearances and judicial-related activities in a timely fashion; andExecuting court orders to seize and dispose of forfeited assetsObjectives/Scope:       To obtain a vendor capable of providing services for counter-biometrics expertise to deliver biometrics due diligence and to catalog the biometric threat environment. The contractor must be able to monitor trends in biometric technology, capabilities, and performance, then apply this information to characterize the risk.  The contractor must be knowledgeable on existing / current biometric capabilities and countermeasures to assess the impact of these capabilities in order to identify viable workarounds that would potentially mitigate the risks imposed in real-world situations. The contractor must have experience testing and evaluating biometric devices, specifically in operationally realistic environments. The contractor must have experience in developing and testing Presentation Attacks (PAs) on biometric systems, to include PAs against fingerprint, face, iris recognition systems, and other prevalent capabilities. The contractor must   have a complete understanding of the state of Presentation Attack Detection (PAD).  The contractor will also be required to create  biometrics and identity an  information training program to include training materials and personnel education.Questions:       Technical Experience/ApproachPlease describe business capabilities and approach.Identify prior services - names, all customers/references including contact person’s name, phone number, and e-mail address. What experience does your company have with counter-biometrics? 8.   Small Business Considerations:A decision regarding the small business strategy for this service, if it results in an acquisition, has not been made. That decision will be made, in part, based upon the responses to this RFI. It is therefore important that companies provide the requested information on its business size and socio-economic status. The North American Industry Classification System (NAICS) Code 541330- Engineering Services, and 541630 Other Scientific and Technical Consulting Services respectively. Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by small business prime contractor alone. 9. Response Guidelines:Information provided in response to this RFI must be submitted to the Contracting Officer, helen.tidwell-zaldana@usdoj.gov no later than 18 February 2020, 4:00 pm (EST), in the form of an electronic document using portable document format (PDF) or Microsoft Word. The page limit for all responses is not to exceed six (6) single-sided, 12-point-font size, Times New Roman font, 8½ x 11-inch pages, including a two-page Capability Statement. It is the respondent’s responsibility to verify the e-mail was received and can be viewed.Respondents should include the following information:1. Company/Organization name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives.2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses.Company Information:3. Business Size, Socio-Economic Status, and DUNS numbera. Provide your company’s business size (small/large) based on the NAICS, ___________or other appropriate NAICS code(s). In addition, indicate your business’ socio-economic status (e.g., HUBZone, Service Disable Veteran Owned Small business, Women-Owned small business, Small Disadvantaged Business, 8(a) Program)..

Arlington ,
 VA  22202  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Arlington

Classification

naicsCode 541330Engineering Services
pscCode 7010