Biometric Procurement and Sustainment (BPS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army is conducting market research through a Request for Information (RFI) for Biometric Procurement and Sustainment (BPS). This RFI seeks to identify potential sources capable of providing comprehensive support for Biometric Collection Capability (BCC) systems, including procurement, fielding, and sustainment. Responses are due by 5 PM EDT on April 22, 2026.
Purpose & Scope
This RFI is for market research and planning purposes only, aiming to generate industry interest, identify capable sources, and refine the Government's acquisition strategy. The scope of the potential requirement, as outlined in the Draft Performance Work Statement (PWS), includes program management, system procurement (hardware and software), fielding, sustainment, software engineering services, cloud services, help desk services, and cybersecurity services for BCC systems such as Biometrics Automated Toolset-Army (BAT-A), Near Real Time Identity Operations (NRTIO), and Next Generation Biometrics Collection Capability (NXGBCC). The objective is to support enterprise biometric solutions enabling identity dominance on the battlefield and across the Department of War (DoW).
Key Requirements & Information Requested
Interested parties must submit a Capability Statement (PDF, 10 pages max) demonstrating their firm's ability to support the Draft PWS. This statement should include:
- Company details (name, address, email, website, phone, Cage Code, UEI, business size, socioeconomic category).
- Up to three relevant projects with customer name, POC email, contract value, period of performance, service description, and CPARS availability.
- Answers to specific questions provided in Attachment 0002, covering company information, capability assessment, experience with Army/DoW, facilities, quality control, tools, security clearance, mobilization, DCAA accounting, and detailed methodologies for various services (lifecycle support, technical support, training, supply chain, field maintenance, modernization, cloud, collections/sensors).
- Attachment 0003 details personnel requirements, including Labor Categories, minimum degree/certification/experience, tasking, Level of Effort (LOE), CONUS/OCONUS locations (e.g., Kuwait, Iraq, Germany), and required security clearances (e.g., Secret).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated PoP (from Draft PWS): 60 months (12-month base + four 12-month option periods).
- Set-Aside: None specified (open competition, small businesses, veteran-owned, service-disabled veteran-owned, HUBZone, and woman-owned small businesses are encouraged to participate).
- Response Due: April 22, 2026, by 5 PM EDT.
- Published: April 15, 2026.
- Place of Performance: Fort Belvoir, VA, contractor facilities, and various CONUS/OCONUS locations.
Submission Details
Responses must be emailed to both Rosetta Wisdom-Russell (rosetta.wisdom-russell.civ@army.mil) and Keane Sablon (keane.s.sablon.civ@army.mil). Telephonic inquiries will not be accepted. Proprietary information should be minimized, clearly marked, and segregated. All submissions become Government property.