Sources Sought Notice: 19INLE26I0007 - INL Guatemala Automated Biometric Identification System (ABIS)
(PCS: 7H20 NAICS: 561611)
Background:
The Department of State (DOS) INL Guatemala is supporting the Guatemalan Migration Institute’s modernization effort through the installation and development of a biometrics-capable migration platform. This effort includes the design and implementation of a new migration control platform with the capacity to instantly share passenger data with U.S. authorities in certain cases. In order to fully implement this new platform, Guatemalan authorities need to build a traveler biometric database to register and store biometric-based entry records. This procurement seeks to obtain server capacity to register and store said records.
This Sources Sought notice is issued for planning market research purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the Sources Sought, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the Government in identifying potential sources and in determining if a Service-Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Businesses 8(a), Historically Underutilized Business Zone Small Business (HUBZone), or Women-Owned Small Business (WOSB) set-aside of the solicitation is appropriate, and in determining whether there are small business who are able to provide in-country installation, configuration, training, and on-site support. This market research will also in identifying potential Contractors who are registered to do business in the host country or an existing partner with a host country registered business, as this would be required to provide maintenance, repairs, and support.
Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this Sources Sought. Responses to this notice will not be returned.
The following information is requested in this RFI/Sources Sought:
1. Company name, point of contact, phone number, and address;
2. UEI Number and CAGE Code;
3. Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor];
4. SDVOSB/HUBZONE/8(a)/WOSB or other SBA certification for applicable NAICS;
5. Statement of capabilities applicable to this requirement; particularly the ability to provide in-country installation, training and technical support as either the prime or through a host nation subcontractor.
Interested contractors may provide the above information via e-mail to the addresses listed below. Information submitted must be in sufficient detail as to allow for a thorough government review of the firm's interest and capabilities. This information is due no later than Tuesday, January 13, 2026 at 5:00 PM EST.
Primary Point of Contact:
Michele Coccovizzo
Senior Contract Support Specialist
CoccovizzoML@state.gov
Secondary Point of Contact:
Jamillah Timmons
Contracting Officer
TimmonsJ@state.gov
Scope Of Work
The Contractor shall provide to the U.S. Government new, not previously used, equipment in strict compliance with the specifications at the agreed upon firm fixes price. In the event of non-compliance with the specifications, the U.S. Government reserves the right to demand collection(s) or reject this requirement in its entirety.
EQUIPMENT DESCRIPTION AND QUANTITIES
All equipment shall be new and not previously used. If brand name is not used, technical specification sheets are required to be submitted prior to equipment approval and acceptance.
One BIOMETRICS DATABASE (SOFTWARE)
Similar or equal to MegaMatcher Accelerator Extreme Fingerprint, Facial and Iris recognition engines license.
The license must include at least:
In addition, the supplier must guarantee the transfer of knowledge and technical documentation (SDK/API) to the staff of the IGM's Technology Resources Sub-Directorate. This transfer must include, at a minimum:
1) An intensive hands-on workshop of at least 40 man-hours, focused specifically on the integration, development, and connectivity testing of the IGM's enrolment and verification systems with the ABIS engine; and
2) The delivery of complete printed and digital documentation of the Software Development Kit (SDK) and Application Programming Interface (API) for use in container environments (Linux).
One BIOMETRICS DATABASE SERVER (HARDWARE)
The specifications for the server must include:
Configured with 100MB cache or more
Capable of RAID 0,1,5,10 configurations
OS dedicated 240GB RAID 1 or better
Including any of the following:
Boos v2
M.2/7MM Boot Enablement
M.2 (Onboard M2 Slots)
Storage for virtual machines (VMs):
(20) hard drives. 2.4TB each
10K SAS, 12Gbps, Hot-plug
Total capacity: 18 TB RAID 10
(no compression)
Spare hard drives:
(4) in RAID configuration
Server hard drives:
(24) including spare units
NVME SSD Raid 1 startup
(4) 32Gbps connections
Connectors QSFP / QSFP+ (included)
Config: 4*2 / 2*2 fiber cards
RJ45:
(4) ports 10Gbps
Redundant cards (4*2 / 2*2)
Compatibility with 5Gbps or 1Gbps
Hot-Plug mixed mode, fault tolerant
Rack rails for 4 pole rack
Electrical installation 110 / 220, preferred: 110 V
INSTALLATION SERVICES
SUPPORT SERVICES
For the software:
For the hardware:
SHARING OF KNOWLEDGE
The vendor must ensure comprehensive training and technical knowledge transfer to the designated staff of the Guatemalan Migration Institute (IGM) to guarantee the self-sufficiency, maintenance, and operation of the ABIS solution.
1. Advanced Technical Administration Training
This training is mandatory for technical staff from the Subdirección de Recursos Tecnológicos and the Subdirección de Asuntos Jurídicos to ensure internal command of the system:
2. Operational User Training
This training is mandatory for operational staff from the Subdirección de Control Migratorio and the Subdirección de Extranjería, as primary end-users of the system:
Standard operational procedures (SOPs) for system use in high-volume environments (e.g., airports and border crossings).
DELIVERY
All equipment shall be delivered in Guatemala City, Guatemala not later than (NLT) 30 calendar days from receipt of the award notification.
Delivery is FOB Destination – Doral, FL
3.4 WARRANTY
The warranty for all software and hardware must be 3 years (or standard commercially available).
The Contractor shall be registered to do business in the host country or an existing partner with a host country registered business, this is required to provide maintenance, repairs, and spare parts for this type of equipment.
The Contractor shall have a valid international warranty on the products offered which shall be utilized to coordinate replacement parts and services for the end user in order to avoid incurring additional expenses.
POINTS OF CONTACT
TBD
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 561611 (last 12 months), benchmarked to sector 56.