Title: Increase Throughput at a 'Fast Lane' Access Control Point (ACP) Lane
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - THIS IS NOT A SOLICITATION: This RFI is issued solely for information and planning purposes only - this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses and information and materials received in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). INTERESTED PARTIES ARE RESPONSIBLE FOR ADEQUATELY MARKING PROPRIETARY OR COMPETITION SENSITIVE INFORMATION CONTAINED IN THEIR RESPONSE. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. If a solicitation is issued, it will be synopsized on the Army Single Face to Industry (ASFI). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The use of RFI Number W909MY-19-R-A004 is for tracking purposes only and shall be referenced in any responses to this RFI. All interested parties are encouraged to respond by submitting a white paper.
• The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the US Army's Office of Product Manager, Force Protection Systems (PM FPS), in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this RFI is to identify potential sources that have the skills, experience, knowledge, and capabilities required to improve ACPs delays experienced at Army Installations. Entering Army Installations during peak periods has become a labor intensive manual approach causing delays. In order to decrease delays and required ACP manpower, the Army is seeking to identify potential solutions and capabilities required to provide for the following: Increased vehicle throughput (> 6 cars/min) of registered Trusted Travelers (TT) at a designated ACP lane; positive identification of the driver to maintain security, and safe vehicle operations.
• Explore an immediate solution by implementing a "Fast Lane" where vehicles would not have to stop to optimize entry at Army ACPs. Proposed solutions should ensure "Fast Lane" automatically identifies/verifies users and records transactions for rapid, secure entry at all Army Installations.
It is the intent of the Government to execute product demonstrations at Ft. Belvoir the week of 28 February 2019. If additional time is needed for participation please let us know. Contractors are required to self-nominate if they wish to participate and are required to submit the self-nomination form along with the white paper. Reference Attachment 1 for details.
1. The Government shall not accept proprietary solutions. The Government reserves the right to select aspects of recommended solutions for inclusion in a possible future solicitation.
2. All solutions presented in the submitted white paper will be discussed and assessed by PM FPS. All information will be safeguarded, including Procurement Integrity Law compliance and non-disclosure agreements to avoid conflicts of interest.
3. The result of market research will be used to plan and implement an acquisition strategy to potentially procure a "Fast Lane" system to streamline ACP operations for throughput >6 vehicles per minute. User objectives for ACP capabilities are described in Paragraph 4 of this RFI. Your submission should include estimated cost, schedule, performance, and a technical description of how your company recommend meeting the Government's objectives.
4. The Government has particular interest in production-ready systems (i.e., minimum Technology Readiness Level (TRL) 5/6) as defined by the Department of Defense (DOD) Acquisition Guidebook dated 28 June 2013 and a minimum Manufacturing Readiness Level (MRL) 5/6 as defined by the Office of the Secretary of Defense (OSD) Manufacturing Readiness Assessment Deskbook, v2.3 dated May 2015. The system shall exceed the following objectives to eliminate manual processing of TTs in "Fast Lane" designated lanes to immediately ease ACP operations. Performance objectives include the following:
a) Ability of "Fast Lane" to maximize throughput:
• Users register prior to entering US Army Installation
• Users given token/tag (may be electronic) unique to the individual and accepted by the US Army Installation
• System recognizes token/tag while advancing to or at the ACP
• System associate token/tag with registered TT
• System displays photo of driver (TT)
• System displays outcome using go (green)/no-go (red) decision to driver
• If approved as a "Go," user proceeds uninterrupted through the Fast lane
• "No Go" drivers are given an indication they are not approved for entry
• "Fast Lane" shall recognize unauthorized individuals as a "NO GO"
• "Fast Lane" shall accommodate vehicle turnaround process
• "Fast Lane" shall record all transactions
• "Fast Lane" shall automatically reset for next driver to enter
• "Fast Lane" shall report outage events of unauthorized access
• "Fast Lane" shall have the ability to deactivate capability and return vehicle lane to normal operating
b) Ability of "Fast Lane" identify/verify driver (TT) as part of the process to increase vehicle lane throughput while maintaining security:
• Photo provided/captured as part of registration
• Photo is stored as part of registered user record
• Issue unique token/tag
• "Fast Lane" recognizes token/tag while advancing through ACP
• System verifies authorized driver as TT
• System recognizes unauthorized driver as non-TT
• System shall initiate identification/verification automatically
• System displays outcome using go/no-go decision for personnel entry
• "Go" (green) user proceeds uninterrupted through the Fast Lane
• "No Go" drivers notified not to enter and re-routed
• "Fast Lane" shall recognize unauthorized individuals trying to use the lane
• "Fast Lane" shall record all transactions (Go/No Go activity)
• "Fast Lane" shall automatically reset for next driver to enter
• System shall report operational status
• Overall "Fast Lane" System capabilities (identify/verify):
o Ability to collect, protect/encrypt, then delete Personally Identifiable Information (PII) at the user interface in accordance with DoD policies.
PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY.
5. The Government requires the following information in your response:
a) Describe the capability your solution can provide in relation to the objectives in Paragraph 4 of this RFI. Provide a technical description of the system, its operational use, to include details of the modularity, subsystems, open systems architecture, integration activity and future growth/technology refresh capability. Describe your training concept (i.e., number of days required to train and certify) and equipment needed to conduct training. Provide your expected logistics concept (i.e., levels of maintenance and ease of repair).
b) Responses should include a System View (SV-1) diagram that includes system nodes and interfaces. Describe the interaction of services as represented in the SV-1 to meet objectives in Paragraph 4 of this RFI.
c) Responses should include a discussion of any Government requirement you believe is incompatible, unachievable or a significant cost driver (i.e., possibly unaffordable) and the associated rationale.
d) Responses should address vendor requirements/concerns for participation in a potential future demonstration to include any safety concerns/considerations, facility requirements, frequency requirements, electrical power requirements, etc.
e) A Rough Order of Magnitude price estimate for the system in quantities per vehicle lane that shows economies of scale.
f) How modifications would/could be accomplished; production line incorporation or as post-production modifications. If the system does not meet the objective requirements in Paragraph 4, describe Pre-Planned Product Improvements to incorporate technology for reaching these objectives and performance parameters.
g) Discuss integration approach to existing USG equipment supporting VCC operations.
h) Interest in selling the Technical Data Package (TDP) for a fully-developed system so the USG has Government Purpose Rights (GPR) for the TDP. The TDP contains a technical description of an item suitable for use as the basis for competitive acquisition, production, installation, modification, engineering support, maintenance and logistics support of military material developed by or for the Department of Defense. The description defines the required design configuration or performance requirements, and procedures required to ensure adequacy of item performance. It consists of applicable technical data such as models, drawings, associated lists, specifications, standards, performance requirements, quality assurance provisions, software and memory device documentation and packaging details.
i) It is acknowledged that your organization would be given the opportunity to build the required parts/spares for the future system through a competitive procurement.
6. Responses to this RFI shall be limited to 10 pages in length, 8.5" x 11" paper, 12-point Arial font, with a minimum of one (1) inch margins all around, discussing your company's ability to meet the above requirements. The cover page or exhibits, does not count toward the page limitation. Responses should also include a cover letter (not included in the page count) providing:
Sources responding to this request for information must provide the following information:
• Brief Summary of the company.
Company Information
Company Name:
Company CAGE Code:
Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number.
Company Address:
Company Website (if available):
Company Phone #:
Company email:
Company Representative and Business Title:
Company Socioeconomic Classification:
Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330. For more information, refer to http://www.sba.gov/content/tablesmall-businesssize-standards:
Small Business (SB), (8) (a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned (SDVOSB), or Historically Underutilized Small Business-Zone (HUB Zone), Historically Black College and Universities/ Minority Institutions (HBCU/MI)
• Do you plan to prime? If so, continue to question #3.
• Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide and which products your company can support. If your company requires acquiring or building new capabilities, describe the effort and timeline required.
1. Discuss your qualifications in providing the capability requirements as described in the "DESCRIPTION OF REQUIREMENTS" and within the product attachments. For any previous effort, please provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort.
2. Does your company have experience working with Government providing ACP capabilities as described in the "DESCRIPTION OF REQUIREMENTS" section and within the product attachments? If yes, please provide description of experience.
3. Does your company possess an approved Defense Contract Audit Agency (DCAA) accounting system?
4. Does your company possess the capabilities to provide the entire range of services called for in the above requirements?_____ YES _______ NO
5. If you answered YES to Question # 7, please provide specific capabilities and examples for how your company can provide these services.
6. Is your company planning on participating in business arrangements with other companies, please describe the process used in selecting the members?
7. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the above requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing.
8. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially.
9. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort?
10. What are the core competencies of your employees that would support the above requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the above requirements.
11. Does your company have a SECRET facility or access to one should it be required?
12. Does your company have a TOP SECRET facility or access to one should it be required?
13. Do all employees that would support the above requirements have a SECRET Clearance?
Does your company consider this a Firm Fixed Price (FFP) effort or Cost Plus Fixed Fee (CPFF) type effort? Please explain why. If CPFF, does your company consider this a completion or term effort? Given your answer to the type of contract, what type of additional data/metrics/etc. if any, would need to be included in the RFP package to be proposed as a CPFF (term or completion) or FFP effort?
9. Responses shall be e-mailed to the Points of Contact listed below. Paper copies of the submittal will also be accepted.
10. Responses are due no later than 12:00 PM EST (local time at Fort Belvoir, VA) on 28 January 2019. All requests for information must be in writing or via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Hanh Dinh, Contract Specialist at hanh.t.dinh.civ@mail.mil and Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdom-russell.civ@mail.mil.
Email responses should not exceed 5 Megabytes (MB). Send responses electronically to (Include "RFI number W909MY-19-R-A004" in the subject line.): Hanh Dinh, Contract Specialist, email: hanh.t.dinh.civ@mail.mil and Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdom-russell.civ@mail.mil. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
PLEASE NOTE THAT IF A CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY.
Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only