Opportunity
SAM #W909MY25RA002
U.S. Army Biometric Collection Systems and Sustainment Services (BAT-A, NRTIO, Javelin Kits)
Buyer
APG Contracting Center
Posted
April 15, 2026
Respond By
April 22, 2016
Identifier
W909MY25RA002
NAICS
541715, 541512, 541330, 541690
This opportunity seeks industry support for the U.S. Army's Biometric Procurement and Sustainment (BPS) program, managed by Product Manager Biometrics under Project Manager Terrestrial Sensors, CPE ISW. - Government Buyer: - U.S. Army, Product Manager Biometrics (PL BCC), Project Manager Terrestrial Sensors, CPE ISW - Contracting office: W6QK ACC-APG, Alexandria, VA - Products and Systems Requested: - Biometric Collection Capability (BCC) systems, including: - Biometrics Automated Toolset-Army (BAT-A) Kit (PC-based hardware and peripherals) - BAT-A Handheld (SEEK II) - BAT Web (BAT.Web) - Near Real Time Identity Operations (NRTIO) Static/Jump Kit, Mobile Device, Medium Maverick Terminal, Cellular Kit - Javelin Jump Kit Lite - JavelinXL Mobile Biometric Collection Kit - Hardware includes Dell Latitude laptops, IrisID iCAM R100 Dual Iris and Face Camera, HID Guardian 200 Fingerprint Device, Meraki MX67 Router, Meraki MR78 Wi-Fi 6 AP, Meraki MG41 Cellular Gateway, Integrated Biometrics Five-o Fingerprint Sensor, Samsung Galaxy S23 smartphone, and various accessories - Services Requested: - Program management, system procurement and fielding (COTS/GOTS hardware/software), system sustainment, software engineering, cloud services, help desk, cybersecurity, surge support - Labor categories: Program Manager, Program Analyst, Cybersecurity Analyst, Systems Engineer, Cloud Engineer, Software Engineer, Test Engineer, Logistician, Operations Manager/Trainer, Multifunctional Field Technical Support - Unique or Notable Requirements: - Support for both CONUS and OCONUS (including Africa, Europe, Middle East, Asia-Pacific, North America, Central/South America, Kuwait, Iraq, Germany) - Security clearances (mostly Secret) and specific certifications (e.g., PMP, DoD 8570.01 IAM Level III) - Compliance with DoD and Army cybersecurity policies, RMF authorization, and ATO maintenance - Surge support for increased workload - Configuration management, IUID marking, and training - OEMs and Vendors Mentioned: - No specific OEMs named as prime; key hardware components from Dell, IrisID, HID Global, Meraki (Cisco), Integrated Biometrics, Samsung - Period of Performance: - 60 months total: 12-month base period plus four 12-month option periods - Place of Performance: - Fort Belvoir, VA (primary) - National Capital Region (contractor facility) - Multiple OCONUS Combatant Commands (AFRICOM, CENTCOM, EUCOM, INDOPACOM, NORTHCOM, SOUTHCOM) - Kuwait, Iraq, Germany
Description
1.0 Purpose This Request for Information (RFI) is a means for conducting market research to generate interest within industry and increase competition, identify potential sources with requisite capabilities, and refine the Government’s pre-award documentation. This RFI is solely for information and planning purposes and does not commit the Government to contract for any supply or service. The Government is not seeking proposals and will not accept unsolicited proposals at this time. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluation will be provided. The Government will retain all responses, which will be protected as business sensitive and will not be released outside of the Government and the Government’s program support contractor(s). The information provided may be used by the Government in developing its Acquisition Strategy, Performance Based Specifications, and/or related Acquisition Requirement documentation. Respondents are advised that the Government will not pay for any information provided, or administrative costs incurred, in response to this RFI. All costs associated with responding to this RFI will be solely at the Respondent’s expense. Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUB Zone small businesses, and woman-owned small businesses are encouraged to participate. Not responding to this RFI does not preclude participation in any future Request for Proposal(s) (RFP), if any is issued. It is the responsibility of the potential offerors to monitor for additional information pertaining to any future requirement.
2.0 Description Product Manager (PM) Biometrics is conducting market research to identify potential sources that possess the capability to procure, field, and sustain Biometric Collection Capability (BCC) systems in accordance with the attached Draft PWS. The scope includes program management, system procurement (hardware and software) and fielding, sustainment, software engineering services, cloud services, help desk services, and cybersecurity services. BCC systems include Biometrics Automated Toolset-Army (BAT-A), Near Real Time Identity Operations (NRTIO), and Next Generation Biometrics Collection Capability (NXGBCC).
3.0 Background PM Biometrics under Project Manager Terrestrial Sensors (PM TS), Capability Portfolio Executive for Intelligence and Spectrum Warfare (CPE ISW) acquires, deploys, and sustains biometric collection solutions in multiple operating environments enabling identity dominance on the battlefield and across the Department of War (DoW). PM Biometrics’ information technology (IT) systems capture, transmit, store, manage, share, retrieve, and display biometric data for timely identification or identity verification. These systems are mission enablers for force protection, intelligence, physical and logical access control, identity management/credentialing, detention, and interception operations. PM Biometrics provides biometrics support to various operations, including detainee operations, and post-Improvised Explosive Device (IED) incident exploitation, intelligence operations, presence operations, local population control, seizure operations, and base access control.
4.0 Requested Information Interested parties are required to respond to this RFI with a Capability Statement in Adobe PDF format that demonstrates their firm’s capability to support the Draft PWS. Please limit responses to ten (10) pages or less. Capability Statements shall address the following: a. Company name, address, email address, Web site address, telephone number, Cage Code, Unique Entity Identifier (UEI), business size, and socioeconomic category. b. Tailored Capability Statement addressing the particulars of this effort to include up to three (3) relevant projects with the following information: 1. Customer Name 2. Customer/Client POC Email 3. Total Contract Value 4. Period of Performance 5. Brief Description of Services Provided 6. Indicate if there is a Contractor Performance Assessment Reporting System (CPARS) available
Further, respondents are required to answer questions provided in Attachment 0002. Respondents should minimize proprietary information and if any, be sure it is clearly marked and segregated. Be advised that all submissions become Government property and will not be returned.
The deadline for responses to this request are due no later than 5 pm, EDT, 22 April 2026. All responses must be e-mailed to the Contracting Officer, Rosetta Wisdom-Russell, rosetta.wisdomrussell. civ@army.mil and Contracts Specialist, Keane Sablon, keane.s.sablon.civ@army.mil. Telephonic inquiries will not be accepted.