SI
SI
discoversearch

We've detected that you're using an ad content blocking browser plug-in or feature. Ads provide a critical source of revenue to the continued operation of Silicon Investor.  We ask that you disable ad blocking while on Silicon Investor in the best interests of our community.  If you are not using an ad blocker but are still receiving this message, make sure your browser's tracking protection is set to the 'standard' level.
Technology Stocks : Identix (IDNX) -- Ignore unavailable to you. Want to Upgrade?


To: marvin smith who wrote (8948)6/24/1998 11:25:00 PM
From: steve  Respond to of 26039
 
Marvin and all that have toooo much time on their hands. ****solicitations***** nothing awarded, as far as I can tell.

A LOT of reading here. The source URL is ld.com The following is of a resulting search of "fingerprint"
ld.com

An interesting site...
procurement.irs.gov
procurement.irs.gov (requires Adobe Acrobat Reader) If I've read it correctly, the SOL has been extended until 26 JUN 98 for the TIRNO-98-R-00055 as stated below.

The above came from this.
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124

Department of the Treasury, Internal Revenue Service, 6009 Oxon Hill Road, Suite 700, ATTN: M:P, Oxon Hill, MD 20745

70 -- LIVE SCAN FINGERPRINT SOL DUE 062698 POC Michelle Faseru, Contracting Officer,
202-283-1192 or Kathleen Huddleston, Contract Specialist, 202-283-1212 Modification: All questions and answers and
amendments pertaining to solictation TIRNO-98-R-00055 can be found on the IRS procurement Internet web site at
procuremnet.irs.bov. Go to Solicitation. Enter TIRNO-98-R-00055. Please see this site for questions and answers nos.
6-11 and any subsequent questions/answers and or amendments. Hard copies of the questions and answers and amendments
may be obtained by contacting Ms. Faseru at 202-283-1192. The date and time for receipt of proposals are extended until
3:00PM (eastern standard time), Monday, June 26, 1998. All other information publicized in the original synopsis remains
unchanged. (0174)

Loren Data Corp. ld.com (SYN# 0354 19980625\70-0005.SOL)

____________________________________________________________________

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1998 PSA#2112

Department of the Treasury, U. S. Secret Service, Procurement Division, 1310 L Street, N. W., Suite 730, Washington, DC
20223

R -- FINGERPRINT RELATED SERVICES DUE 061298 POC Renea Morton, 202/435-6940 This is a combined
synopsis/solicitation, which will be accomplished in accordance with the Small Acquisition Procedures. The associated standard
industrial classification code (SIC) is 7381; and the small business standard is $9.0 million over the last three- (3) years. This
action is a 100% small business set-aside. This announcement constitutes the only solicitation; quotations are being requested
and a written solicitation package will not be issued. Solicitation No. RFQ 98-Q-48 is issued as a request for quotation. All
references to "offers" are understood to be "Quotations". The solicitation document and incorporated provisions are clauses are
those in effect through Federal Acquisition Circular 90-47. Award will be made to an offeror who fully meets the requirements
for fingerprint related services. Specifically, this effort will require fingerprint development services; using agency established
protocol, and comparison and identification of latent prints. Assignments shall be completed within three (3) hours and at a
minimum of 2.5 assignments per workday. Services shall be provided on "an as needed" basis for a fixed labor hour rate
between the hours of 6:00 A.M. and 6:00 P.M., Monday through Friday. Services may be provided for a period of twelve (12)
months from date of contract award. Workstation with all necessary supplies and equipment will be provided by USSS. Travel
is not anticipated. Prospective contractor shall have at least ten (10) years experience in fingerprint related services. In addition
to a fixed labor hour rate, prospective contractor shall submit a capability statement stating experience in performing tasks
involving fingerprint-related services. At time of proposal submission, prospective contractor shall also submit a list of all present
and past work performed similar to the requirements of this RFQ under contracts to Federal agencies occurring in the last three
(3) years, to include names, addresses, points of contact, telephone numbers, contract numbers, dates of contract(s), and actual
performance dates. Prospective contractor shall be able to pass a full background security clearance at the Top Secret Level.
Responses to this synopsis/solicitation are due June 12, 1998. The government reserves the right to make several awards as a
result of this synopsis. Award(s) is anticipated June 15, 1998. (0156)

Loren Data Corp. ld.com (SYN# 0065 19980609\R-0001.SOL)

__________________________________________________________________
COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1998 PSA#2107

70; ANNOUNCEMENT OF THE FINGERPRINT & OTHER FORENSIC DATA INTERCHANGE STANDARDS
WORKSHOP Subject: Announcement of the September 22-24, 1998 Fingerprint and Other Forensic Data Interchange
Standards Workshop NIST, in cooperation with the FBI, will sponsor and convene the Fingerprint and Other Forensic Data
Interchange Standards Worshop at NIST in Gaithersburg, Maryland on September 22-24, 1998. The purpose of this
workshop is to review and discuss implementations of the standard entitled, "Data Format for the Interchange of Fingerprint
Information" (ANSI/NIST-CSL 1-1993). Also on the agenda are discussions to explore enhancements and additional
modifications being suggested as upgrades to the current version of the standard. Although newly created, the mugshot
addendum (ANSI/NIST-ITL 1a-1997) will also be addressed and used to modify the 1993 standard. Six years have passed
since the last electronic fingerprint image exchange workshop was held. Since then, certain problems and ambiguities regarding
the standard have been identified. This workshop will review progress made, seek solutions for existing problems, incorporate
corrections and enhancements, and attempt to anticipate future requirements for the law enforcement community. For additional
information, registration, suggestions, questions, or requests, inquiries should be directed to: R. Michael McCabe, (301)
975-2932, mccabe@nist.gov or Mike Rubinfeld, (301) 975-3064, mikler@nist.gov.

Loren Data Corp. ld.com (SYN# 0499 19980602\SP-0006.MSC)
__________________________________________________________________
COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106

Department of the Treasury, Internal Revenue Service, 6009 Oxon Hill Road, Suite 700, ATTN: M:P, Oxon Hill, MD 20745

70 -- LIVE SCAN FINGERPRINT EQUIPMENT SOL TIRNO-98-R-00055 DUE 061698 POC Contract Specialist,
Kathleen Huddleston, 202-283-1212 STATEMENT OF WORK/SPECIFICATIONS LIVE SCAN FINGERPRINT
EQUIPMENT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the
Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This
solicitation is issued as a Request for Proposals (RFP) and the solicitation number is TIRNO-98-R-00055. This acquisition's
standard industrial classification code is 3571 and the related small business size standard is 1,000 employees. The Internal
Revenue Service has the following requirement for 10 Service Centers and 1 Office of Personnel Management: Live Scan (LS)
Fingerprint Equipment, Software, Peripherals, configuration, delivery, installation, maintenance, warranty, training and travel
necessary for a fully operational system that is compatible with the FBI's Integrated Automated Fingerprint Identification System
(IAFIS). The following are minimum requirements; the offeror must propose any other equipment, hardware, or software
needed for a complete operating system as specified herein. Header information (File 1), demographic data (File 2) and
fingerprint images (File 4), hereinafter referred to as a record, will be channeled from IRS to FBI through OPM. Results will be
returned to IRS from FBI through OPM. IAFIS is anticipated to be operational in July 1999. EQUIPMENT FINGERPRINT
TRANSMISSION REQUIREMENTS: (1) American National Standard for Information Systems Data Format for the
Interchange of Fingerprint, Facial, and SMT Information (ANSI/NIST-CSL 1-1993) (Data format, 19.69 pixels/mm, 256 gray
levels, approximately 750 Kbytes/card [compressed], 4 seconds at T1 rates). (2) Electronic Fingerprint Transmission
Specification (EFTS) CJIS-RS-0010 (V6R2) (IAFIS Image Quality Specifications). (3) Wavelet Scalar Quantization (WSQ)
Gray-scale Fingerprint Image Compression Specification, FEBRUARY 1993, IAFIS-IC-0110v2 (compression algorithm
15:1). (4) Image Quality Specifications, Appendix F or G of EFTS. SERVICE CENTERSYSTEM CONFIGURATION:
Each site must include at a minimum, the following operations and features: (1) LS system capability to hold a minimum of 100
records. (2) Quality control mechanism that informs the operator if the print is bad and needs to be re-scanned. (3) Feature that
prevents the system from deleting a record until the transmission is complete. System must have an operator override on this
feature so an operator can delete a record even if transmission is not complete. (4) System must perform a "slap-to-roll"
comparison. The system will compare the "rolled" impressions to the "slap" impressions to confirm the rolled impressions were
taken in the correct sequence. (5) Fingerprint image can only be compressed once. (6) System must generate administrative
reports. (7) LS fingerprint system must be housed in or on a cabinet which allows the operator to work in a standing position
and accept an image using a foot pedal. The cabinet must be on casters or wheels with ability to lock in place. (8) The
ANSI/NIST record must initiate at the LS workstation, and the record must stay in the ANSI/NIST format at all times. (9) The
required transmission protocol is TCP/IP. It is fed by using SMTP/MIME. The telecommunication link between the 10 service
centers and OPM will be "Government Furnished". (10) Each center's configuration must include at least two LS workstations
and other hardware and software needed to perform the functions specified herein. (11) Allows Operator to perform the
following functions: (11a) Input and save demographic data into the system; and for System administrator to set demographic
fields as mandatory and nonmandatory. (11b) Retrieve data using name or social security number, edit data, and take
fingerprints electronically. (11c) View the demographic data on the monitor as the data is entered, retrieved, and edited. (11d)
View fingerprint image on the monitor as fingerprint is scanned. (11e) Store records, compress fingerprint images, and forward
records to OPM. (11f) Print fingerprint cards and reports.OPM SYSTEM CONFIGURATION: Must provide, at a minimum,
the following operations and features: (1) Ability for OPM to receive electronic transmission of records, in the ANSI/NIST
format, from all ten service centers simultaneously. The system configuration will direct a center's incoming call to the first
available unit. (2) Print records in the order in which received. If the printer(s) is out of blank cards, the system will hold the data
in queue until the card bin is refilled. (3) OPM's configuration must process and print at least 200 cards per hour. (4) OPM
must be able to access the Type 1 and Type 2 files in order to extract, add, edit or manipulate the data and then transmit the
record to FBI. (5) Prior to IAFIS, OPM must have access to the Type 4 file to decompress the image and locally print
fingerprint cards (SF 87). (6) After IAFIS is operational, the Type 4 file will not be opened by OPM but will be forwarded to
another OPM system or FBI in the compressed state in which received. (7) OPM must also have the ability to receive
fingerprint results back from FBI IAW EFTS V6R2. (8) The contractor's final delivered product must include all hardware,
software, and installation which will result in a working system.TESTING AND ACCEPTANCE: Acceptance of the equipment
will occur after installation, training and successful testing of the equipment. Successful testing will deemed to have occurred
when records can be successfully transmitted to, retrieved and printed by OPM. WARRANTY: All equipment and software
shall be covered by a full one-year warranty from date of acceptance. The warranty shall cover all parts, labor, travel, and any
other costs associated with rendering the equipment and software back in proper working order. The contractor shall respond
to a warranty call within 2 working hours via telephone or within 8 working hours, on site, if needed. Contractor may render
repairs to equipment from off site via telephone or modem diagnostics providing it is consistent with IRS security policies
regarding remote maintenance procedures in IRM 2(10)52. Warranty service must be available Monday through Friday,
excluding Federal holidays, from 8 a.m. to 4 p.m., local time at owner's site. During warranty period, contractor shall provide
available software upgrades, including installation, at no additional cost. Negligence or abuse of the equipment is exempted from
the warranty. TRAINING: Two full days of training at each site for system administrators, operators, and instructors. Each
training session will be limited to four employees and will include performance of routine preventive maintenance. DELIVERY:
FOB Destination within 60 calendar days after date of receipt of order. Installation and training are to be scheduled with each
center and completed within 30 calendar days of equipment delivery. The Government reserves the right to reschedule (at not
additional cost) installation and training to minimize impact on recruitment for the tax filing season. PROPOSAL
PREPARATION: Offerors whall prepare proposals in accordance with FAR provision 52.212-01, Instructions to
Offerors-Commercial and shall include the following information with the technical portion: (1) Complete EQUIPMENT LIST
(inclusive of hardware, software, and peripherals) demonstrating that it meets or exceeds the requirements of the specifications;
(2) A detailed INSTALLATION PLAN including "site readiness" with milestones; (3) FBI certification for LS Equipment,
WSQ Algorithm, and printers; (4) YEAR 2000 Compliant Certification for equipment and software; (5) Details delineating LS
system generated REPORTS; (6) Detailed TRAINING curriculum (7) Detailed WARRANTY maintenance plan describing
how it will be conducted; (8) Detailed post-warranty MAINTENANCE plan for 4, one-year options that will be exercised at
the discretion of the Government. Identify parts, components, and services included and not included in maintenance contract;
(9) Three "PAST PERFORMANCE" references; and (10) List of Equipment for TRADE-IN; (11) A completed copy of the
provision 52.212-03, Offeror Representations and Certifications -- Commercial. The price portion of the proposal must include
a CLIN structure for each site with pricing for: (1) Equipment from the Equipment List that will include configuration, installation
and 1st year warranty; (2) Training including travel and (3) Maintenance for each option year including labor and parts.
EVALUATION: AND BASIS FOR AWARD:Offers will be evaluated and award will be in light of the following evaluation
factors, (1) Ability to meet or exceed the requirements specified herein, (2)Acceptable Past performance, and (3) Lowest
overall evaluated price. Pricing Evaluation assumptions as follows: All purchases of equipment, installation, training and warranty
will occur September 15 1998 (Month one of the contract). All maintenance will occur on month 15 and continue through
month 60. Technical proposals and past performance will be evaluated on a "Pass/Fail" basis and Present value analysis will be
applied to price. Past performance which is unsatisfactory or poor is unacceptable and will be rated as "fail". Past Performance
which is fair, good or excellent is acceptable and will be rated as "pass". Offerors will no relevant past performance history will
not be evaluated as "pass" or "fail". The contractor will be required to comply with FAR clause no. 52.212-04, Contract Terms
and Conditions -- Commercial Items, in its entirety. Under FAR clause 52.212-05, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders -- Commercial Items, the contractor shall comply under paragraph (b) with the
following FAR Clauses: 52.203-06,, 52.219-08, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-09. Proposals
shall be submitted in 3 hard copies and 1 electronic copy (Word Perfect 6.0 or greater) not later than 3:00 p.m. June 16, 1998
to the following address: Internal Revenue Service, A/C Procurement, 6009 Oxon Hill Road, Room 700, Oxon Hill, MD
20745, Attn: Kathleen Huddleston M:P:I:E. Direct questions regarding this notice to Ms. Huddleston at (202) 283-1212 or
Michelle Faseru at (202) 283-1192. AVAILABILITY OF DATA: It is impossible to distribute the Service Center and OPM
addresses, Report requirements, fingerprint record data requirements, post warranty maintenance requirements, trade-in
equipment, List of FBI certified Live Scan Vendors or current present value formulas in this CBD/Solicitation. These documents
may be requested by contacting Ms. Huddleston or Ms. Faseru at the numbers listed above. (0148)

__________________________________________________________________

COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,1998 PSA#2056

Immigration & Naturalization Service, Procurement Division, 425 I St., NW, Room 2208, Washington, DC 20536

58 -- LIVE SCAN FINGERPRINT EQUIPMENT SOL HQ-98-06 DUE 050198 POC Albert Dainton, 202-616-7876
(FAX) The Immigration and Naturalization Service has a requirement to procure Live Scan Fingerprint Equipment for the
Executive Office of Naturalization Operations. Live scan systems must be FBI certified by date of contract; be compliant with
NCIC standards for EFIPS submissions; have an AFIS interface; operate in Windows NT environment; print FD-258
fingerprint cards; capture and print facial photographs; capture applicant's signature; read two dimensional bar codes; interface
with an ORACLE database; and interface with local store-and-forward servers. Offerors must also be able to provide
help-desk technical support 5 days a week, 8 am EST to 5 pm PST and provide on-call maintenance. Option for 4
store-and-forward transaction managers from the vendor will be included. The period of performance is a base year, plus four
one-year options. This procurement is being conducted on a competitive, negotiated, best value basis. All responsible sources
are encouraged to submit an offer. Anticipated contract type isa fixed price indefinite delivery, indefinite quantity. To request a
copy of the solicitation, fax in your request to Albert Dainton at 202-616-7876. The solicitation due date is approximate; please
see the solicitation for the exact date. (0077)

Loren Data Corp. ld.com (SYN# 0255 19980320\58-0007.SOL)

___________________________________________________________________

COMMERCE BUSINESS DAILY ISSUE OF APRIL 16,1998 PSA#2075

U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar Hoover Building, Rm 6875, 935 Pennsylvania Ave.,
N.W., Washington, DC 20535-0001

D -- INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATIONS SERVICES SOL RFP
7184 DUE 052998 POC Marsha Coffman, Contract Specialist, (202) 324-2457 The Federal Bureau of Investigation (FBI)
intends to negotiate on a sole-source basis with MITRETEK Systems for a follow-on contract to provide continuation of
technical services. These services support the National Crime Information Center (NCIC) 2000 Program Management Office
in the following four areas: (1) managing completion of the systems development, (2) managing delivery and system transition,
(3) testing of the fingerprint matching system (FMS) and user segment equiment, and (4) system compliance with year 2000
requirements. This follow-on effort will be comprised of a sixteen month base period and one twelve month option, total
contract life not-to-exceed 30 months. MITRETEK, through its existing contract, possesses an unequaled knowledge and
experience related to the NCIC 2000 progam due to the highly specialized work performed in specification development,
architecture design, and proposal evaluation. However, vendors able to meet this requirement are invited to provide, within 45
days of this publication, technical capabilities, pricing, and other information which shows a bona fide ability to meet this
requirement. If no affirmative responses are received within this time to determine that a comparable source more advantageous
to the government is available, negotiations will be conducted with MITRETEK on a sole-source basis. Solicitation documents
are not available. See numbered note: 22. (0104)

____________________________________________________________________

Another FBI Maint. contract

COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1998 PSA#2095

U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar Hoover Building, Rm 6875, 935 Pennsylvania Ave.,
N.W., Washington, DC 20535-0001

D -- MAINTENANCE OF INFORMATION TECHNOLOGY EQUIPMENT DUE 061598 POC Susan J. Smith,
Contracting Officer, (304) 625-2441 The Federal Bureau of Investigation (FBI) wishes to identify potential sources who have
the knowledge, skills, and capability of performing maintenance of all FBI equipment existing in its Data Center, most of which
is located in Clarksburg, West Virginia. The current equipment consists of mainframes, CMOS mainframes, direct access
storage devices (DASD), communications equipment, and client-server technology, and manufactured by organizations such as
Amdahl, IBM, EMC Corporation, General Signal Networks, Printrak International, Storage Technology Corporation, Sun,
Xerox, Digital Equipment, and others. The systems are both classified and unclassified-sensitive and are supported by various
platforms. The FBI requires the ability to add equipment which is currently being developed as well as the right to choose to
maintain some of the equipment itself. The maintenance level required is 24 hours per day, seven days per week, including
holidays, with a mandatory two-hour response time. The necessary effective performance level shall be 99 percent up-time and
penalties will be assessed for failure to meet the effective performance requirement or the response time. An ample supply of
critical parts shall be kept on site, with other parts being available locally or accessible within four hours. All personnel to
perform the required maintenance services shall have the proper security clearance. All test equipment and test software shall be
supplied by the Contractor. Contractor Customer Engineers shall have at least three to five years working experience with IBM
9021 and Amdahl 5995 mainframe computers; communications equipment such as Amdahl 3745 and Data Switch Models
1200, 1800, 9095 and Monolith Plus; DASD such as IBM RAMAC, Storage Tek Solid State, and EMC Disk Array;
peripheral equipment such as IBM 3203 Printers and Xerox 4135 Page Printers; IBM and Memorex tape drives and Storage
Tek Silos; Automated Fingerprint Readers; and Printrak Matchers. Interested parties are requested to provide proof of their
capabilities by submitting a white paper which indicates their ability to provide the maintenance, at least three years of
experience in maintaining multiple vendors' equipment at multiple locations and in multiple regions, and indication of any
components that there is a lack of knowledge or unfamiliarity with and which there is uncertainty in ability to maintain. This
information shall include your company's terms and conditions for maintenance as well as the names, addresses, and points of
contact for similar maintenance contracts you have performed or are performing. White papers shall be submitted by close of
business June 15, 1998, to Susan J. Smith, Contracting Officer, at Federal Bureau of Investigation, Criminal Justice Information
Services Division Complex, Module D-3, 1000 Custer Hollow Road, Clarksburg, West Virginia 26306-0111, telephone
number (304) 625-2441, or facsimile number (304) 625-5391. NOTE: THIS SYNOPSIS IS FOR PLANNING
PURPOSES ONLY. AFTER MAKING A DETERMINATION THAT QUALIFIED SOURCES EXIST, THE FBI WILL
DETERMINE WHETHER IT IS IN THEIR BEST INTEREST TO PROCEED WITH AN ACQUISITION. SHOULD
THIS RESULT IN AN ACQUISITION, THE REQUIREMENT WILL BE HANDLED IN ACCORDANCE WITH THE
FEDERAL ACQUISITION REGULATION AND JUSTICE ACQUISITION REGULATION. (0132)

Loren Data Corp. ld.com (SYN# 0034 19980514\D-0009.SOL)

__________________________________________________________________

steve