INL Guatemala Automated Biometric Identification System
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 State (DOS) INL Guatemala is soliciting proposals for an Automated Biometric Identification System (ABIS) to modernize the Guatemalan Migration Institute's (IGM) platform. This effort requires server capacity, software, hardware, installation, and comprehensive support for a biometrics-capable migration system. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due May 28, 2026, at 5:00 PM ET.
Purpose
The primary objective is to support the Guatemalan Migration Institute's modernization by developing and installing a biometrics-capable migration platform. This includes building a traveler biometric database to register and store biometric-based entry records, enabling instant data sharing with U.S. authorities in certain cases.
Scope of Work
The contractor shall provide new, unused equipment, including:
- Biometrics Database Software: License for MegaMatcher Accelerator Extreme (or equivalent) supporting Linux container deployment, scalable architecture, gRPC compatibility, and API integration. Must support ISO, ANSI, and MINEX III standards, and register 160M fingerprints, 16M facial records, and 32M iris records.
- Biometrics Database Server Hardware: Specific rack chassis, dual Intel processors, 1.5TB RAM, 18TB SAS storage (RAID 10 for VMs), redundant power supplies, 10Gbps/32Gbps networking, and UPS.
- Installation Services: Including an implementation plan.
- Support Services: Three (3) years of 24x7 technical support for software (including license updates) and on-site hardware support (within 4 hours for critical issues, parts replacement).
- Training: Comprehensive training for IGM staff (40 hours for advanced technical administration, 20 hours per operational user).
- Documentation: Operator's manuals in English and Spanish, SDK/API documentation.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Warranty: All software and hardware must have a 3-year warranty.
- Period of Performance: Equipment delivery to the Miami dispatch agent is required within 30 calendar days from contract award. Final installation will occur in Guatemala City, Guatemala.
- Delivery & Logistics: FOB Destination – Doral, FL. INL Guatemala is the importer of record and responsible for customs clearance and duty exemptions. Partial shipments are not allowed.
Submission Requirements
Offerors must submit a proposal (limited to 15 pages, 12pt Times New Roman, PDF) that includes:
- Technical Approach: Demonstrating logical and feasible methods for meeting SOW requirements, including proposed subcontracting arrangements if applicable.
- Past Performance: Three (3) relevant contracts within the past three (3) years, detailing client, project dates, description, cost, and point of contact.
- Price Proposal: Consistent with SOW requirements, including delivery.
- Administrative: Company name, point of contact, phone, address, UEI, CAGE Code, and SBA certification for applicable NAICS (518210).
- Registration: SAM.gov registration is required prior to award.
Evaluation Factors
Award will be made on a Lowest Priced Technically Acceptable (LPTA) basis, on an "all or none" basis. Key factors include:
- Technical Approach: Feasibility, practicability, and appropriateness in accomplishing the SOW, meeting or exceeding technical specifications, delivery, and warranty requirements.
- Past Performance: Demonstrating relevant experience with comparable scope, size, and duration within the past 3 years.
- Price: Evaluated by multiplying offered prices by quantities, including options. The Government intends to make an award based on initial proposals without discussions and may use outside contractors for evaluation.
Deadlines & Contacts
- Proposals Due: Thursday, May 28, 2026, by 5:00 PM Eastern.
- Primary Point of Contact: Michele Coccovizzo (CoccovizzoML@state.gov).
- Secondary Point of Contact: Jamillah Timmons (TimmonsJ@state.gov).