Open-Source Cross-Platform C++ Conversion of Universal Latent Workstation’s Latent Quality Metric
ID: NIST-RFQ-24-7701734Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYDEPT OF COMMERCE NISTGAITHERSBURG, MD, 20899, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking contractor support for the open-source conversion of the Universal Latent Workstation’s Latent Quality Metric (LQMetric) into a cross-platform C++ application. The objective is to enhance accessibility by transitioning LQMetric from its current multi-language framework, which relies on proprietary libraries, to a standalone, ISO-compliant C++ library, termed OpenLQM. This initiative is crucial for advancing biometric technology evaluations and contributing to international standards for latent fingerprint image quality. Interested contractors must submit their quotations by September 12, 2024, with inquiries directed to Lauren P. Roller at lauren.roller@nist.gov or by phone at 301-975-3062.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Institute of Standards and Technology (NIST) has issued a Request for Quotations (RFQ No. NIST-RFQ-24-7301490) for the open-source conversion of the Latent Quality Metric (LQMetric), a widely used algorithm for assessing latent fingerprint image quality. The goal is to transition LQMetric from its current multi-language framework reliant on Microsoft Windows to a compliant C++ software library, thereby enhancing accessibility. The RFQ is open to both small and large businesses, with responses due by September 12, 2024. Quoters must submit their proposals in two volumes: a technical response detailing their approach, personnel qualifications, and prior experience, and a price quotation structured per the specified contract line item numbering. The evaluation criteria prioritize the technical approach, qualifications of key personnel, and relevant past experiences, with pricing assessed for fairness rather than scored. The contract will be awarded based on best value, emphasizing technical viability and past performance over cost. This initiative underscores NIST's commitment to improving software accessibility for research and operational applications while adhering to federal procurement guidelines.
    The document outlines the applicable provisions and clauses for procurement processes governed by the Federal Acquisition Regulation (FAR) and Commerce Acquisition Regulation (CAR) as of FAC 2024-06. It emphasizes the necessity for offerors to complete specific representations and certifications, particularly in relation to contractor employee rights, telecommunications, and responsibility matters. Key provisions include the prohibition of contracts with entities utilizing covered telecommunications equipment, requirements for System for Award Management (SAM) registration, and obligations regarding contractor conduct and reporting. The document details procedures for agency protests, invoicing processes, and compliance with laws pertaining to labor standards and federal taxes. Additionally, guidelines for electronic billing submissions and contractor responsibilities regarding government operating status during contract performance disruptions are provided. Overall, this comprehensive framework ensures all parties adhere to legal standards while fostering transparency and accountability in government contracting.
    The document relates to NIST-RFQ-24-7701734, focusing on the conversion of the Universal Latent Workstation’s Latent Quality Metric (LQMetric) to an open-source, cross-platform C++ application. It outlines inquiries and responses concerning the programming languages used, confirming that the original source code may also include Microsoft Visual Basic and C#. The contractor must verify these details. Additionally, issues regarding corrupted tables in the Statement of Work (SOW) are addressed, with NIST providing revised documents in both Word and PDF formats to rectify the readability problems in the specified tables. This document underscores the importance of clarity and accuracy in government RFPs, ensuring that potential contractors have access to properly formatted and legible information to facilitate submissions.
    The National Institute of Standards and Technology (NIST) seeks contractor support for converting the Latent Quality Metric (LQMetric) from its Universal Latent Workstation software into a standalone, open-source C++ library, termed OpenLQM. This transition aims to enhance accessibility by eliminating reliance on proprietary libraries, enabling usage across multiple platforms. The contractor is tasked with developing conformant test images, creating a compilation infrastructure, and building an application programming interface (API) that will facilitate high-level function interactions within the software. The project encompasses several phases: recommending an open-source license, establishing a robust software library with appropriate APIs, conducting thorough conformance testing, and packaging the command line executable and library for user deployment. Key personnel qualifications include extensive experience in biometric software and ISO-compliant C++ development. The project is set to commence on September 23, 2024, and is pivotal for advancing biometric technology evaluations and contributing to international standards for latent fingerprint image quality.
    The National Institute of Standards and Technology (NIST) seeks contractor support for converting the Latent Quality Metric (LQMetric) from its Universal Latent Workstation software into a standalone, open-source C++ library, termed OpenLQM. This transition aims to enhance accessibility by eliminating reliance on proprietary libraries, enabling usage across multiple platforms. The contractor is tasked with developing conformant test images, creating a compilation infrastructure, and building an application programming interface (API) that will facilitate high-level function interactions within the software. The project encompasses several phases: recommending an open-source license, establishing a robust software library with appropriate APIs, conducting thorough conformance testing, and packaging the command line executable and library for user deployment. Key personnel qualifications include extensive experience in biometric software and ISO-compliant C++ development. The project is set to commence on September 23, 2024, and is pivotal for advancing biometric technology evaluations and contributing to international standards for latent fingerprint image quality.
    Lifecycle
    Similar Opportunities
    Luxfer Brand Gas Aluminum Cylinders
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking quotations for the procurement of Luxfer brand aluminum gas cylinders, specifically eighty (80) non-SGS cylinders with packless CGA-350 brass valves, and an optional maximum of fifty (50) additional empty cylinders with packless CGA-660 stainless steel valves. This procurement is critical for the production of Primary Standard Materials (PSMs) used in accurate gas measurement, particularly for carbon monoxide, nitric oxide, and sulfur dioxide, which are essential for scientific research and regulatory compliance. Interested contractors must submit firm-fixed price quotations by 11:00 a.m. Eastern Time on September 23, 2024, to the designated Contract Specialist, Tish Walker, at latish.walker@nist.gov, adhering to all specified requirements and provisions outlined in the solicitation documents.
    Air-jet sieve shaker for separation of micro and nano-plastic (MNP) test material
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to procure a brand name Air-jet sieve shaker essential for the separation of micro and nano-plastic (MNP) test materials, specifically targeting particles under 10 µm. This procurement is critical due to the increasing demand for MNP test materials in environmental research, which often struggles to obtain pure samples without extensive processing. The required equipment must include features such as air jet technology, digital adjustments for process parameters, and the capability to produce two fractions using a cyclone, with delivery expected within 90 days of contract award. Interested vendors should submit their quotations by September 19, 2024, at 1:00 PM EST, and can direct inquiries to Erik Frycklund at erik.frycklund@nist.gov or by phone at 301-975-6176.
    3-Axis Vertical Milling Machine Center
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking quotations for the procurement of a 3-Axis Vertical Milling Machine Center, specifically a brand name or equivalent to the Haas TM2P, to enhance its Material Measurement Laboratory's production of Standard Reference Materials (SRMs). The machine is required to facilitate precise machining, improve automation, and support the development of high-quality metrological materials essential for instrument calibration and quality assurance. This procurement is critical for ensuring measurement accuracy and reflects NIST's commitment to maintaining high standards in government contracting processes. Interested vendors must submit their quotations by September 19, 2024, with all submissions directed to Harry L. Brubaker at Harry.Brubaker@nist.gov.
    INL_RFQ-PR12788213 FORENSIC ANALYSIS SOFTWARE
    Active
    State, Department Of
    The U.S. Department of State's Bureau of International Narcotics and Law Enforcement Affairs (INL) is seeking offers for the acquisition of forensic analysis software intended for the Justice and Peace Commission (JEP) in Bogotá, Colombia. This procurement aims to enhance the capabilities of Colombian law enforcement through advanced technological resources, with a firm-fixed-price contract requiring delivery of the software within sixty days of order receipt. Interested vendors must submit their quotations via email by September 20, 2024, and ensure compliance with specific procurement regulations, including registration in the System for Award Management (SAM) and adherence to VAT exemptions and export control laws. For further inquiries, interested parties can contact Javier F. Lopez at LopezJF@state.gov.
    24TTO3102 Forensic Light Source
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking quotes for the procurement of a Forensic Light Source Kit, identified as the Crime-Lite 82L PRO Kit. This procurement aims to acquire essential forensic equipment that will enhance law enforcement training and operations, ensuring that the equipment meets specific operational and warranty requirements. Interested vendors must submit their quotes via email by 1:00 PM ET on September 24, 2024, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Erin Johnson at erin.johnson@fletc.dhs.gov or by phone at 912-267-3297.
    Sound Calibration System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Metrology Calibration Program (AFMETCAL), is seeking information from potential sources for a Sound Calibration System Software Upgrade. The objective is to upgrade the software for the 3630-W-033 and 3630-W-034 Acoustic Calibration Systems to version 9.0, enhancing compatibility with modern Sound Level Meters and improving overall performance through over 600 updates, including faster communication and updated calibration report generation. This upgrade is crucial for maintaining functional and modern equipment in alignment with contemporary technological standards, ensuring continued technical support and warranty coverage for three years. Interested parties must submit their responses by September 26, 2024, at 2:00 PM ET, and can contact Megan Moretti at megan.moretti@us.af.mil or Frank Capuano at frank.capuano@us.af.mil for further details.
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.
    7A--ISAB043 MOUSEFLOW STARTER ANNUAL SUBSCRIPTION
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS), part of the Department of the Interior, is seeking quotes for the annual subscription of the ISAB043 MouseFlow Starter software, which is essential for monitoring user interactions on the LANDFIRE project website. This procurement aims to enhance data-driven decision-making and operational efficiency by providing advanced web analytics, including features such as heat maps and interaction flows, while ensuring compliance with federal security standards. The contract is classified as a micropurchase under NAICS code 513210, with an anticipated award date of September 20, 2024, and quotes are due by September 19, 2024, at 08:00 AM EDT. Interested vendors should submit their quotations via email to Jean Walsh at jwalsh@usgs.gov.
    U.S. Customs and Border Protection Laboratory Information Management System (LIMS)
    Active
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP) is seeking information from vendors regarding the procurement of a commercial off-the-shelf (COTS) Forensic Laboratory Information Management System (LIMS) to enhance the efficiency and reliability of its forensic and scientific operations. The new system must be configurable and customizable, supporting critical functionalities such as evidence chain of custody, data integrity, resource management, and compliance with forensic laboratory accreditation standards. This initiative is vital for maintaining the integrity of forensic processes and ensuring compliance with federal, state, and local regulations, as CBP aims to modernize its operations across various functional areas, including digital forensics and narcotics. Interested vendors should submit their responses by September 26, 2024, to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, with a maximum of five pages detailing their capabilities and relevant experience.
    American National Standards Institute (ANSI) Annua
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) is seeking proposals for the renewal of the American National Standards Institute (ANSI) Annual Digital Subscriptions for the period from September 1, 2024, to August 31, 2025. Vendors are required to submit their quotations using the attached RFQ Standard Form (SF) 18, ensuring that they provide pricing for each item listed in the Licensed Standards List, as technical acceptability will be evaluated based on this information. The procurement is crucial for maintaining access to essential standards and publications that support the laboratory's operations and research initiatives. Interested vendors must submit their quotes via the FedConnect portal by 3:00 PM ET on September 24, 2024, and all inquiries should also be directed through this platform to ensure proper consideration.