Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

35 -- STATE-OF-THE-ART LAW ENFORCEMENT EQUIPMENT FOR DISTRIBUTION TO STATE AND LOCAL LAW ENFORCEMENT AGENCIES

Notice Date
10/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-06-R-EPGTTP3
 
Response Due
11/17/2005
 
Archive Date
1/16/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is issued as a Firm Fixed Price contract with FAR clauses 52.217-6 and 7 Option for increased quantity. The solicitation document and incorporated provisions and claus es are those in effect through Federal Acquisition Circular 2001-22 and 2001-23. The NAICS Sub Sectors are 334 and 335. The size standard is 750 and is included for information purposes only. This requirement is unrestricted. The DPAS rating does n ot apply. FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition. See evaluation criteria below. Offerors shall include a complete d copy of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clau ses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition along with 52.222-21, Prohibition of Segregated Facilitie s; 52.212-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 , Affirmative Action for Workers with Disabilities; 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietna m Era; 52.225- 13, Restriction on Certain Foreign Purchases; and 52.232-36, Payment by Third Party. Contracts awarded as a result of this solicitation will be paid by VISA. Other clauses which may apply to any resultant contract are: 52.203-6, Restrictions on Subcontract ors Sales to the Government; 52.219-4, Notice of Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-14, Limitations on Subcontrac ting; 52.225-15, Sanctioned European Union Country End Products; 52.239-1, Privacy or Security Safeguards. DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items app lies to the acquisition along with 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Buy American Act Trade Agreements; Balance of Payment Program; and 252.225-7021, Trade Agreements. Other clauses which may apply to any resultan t contract are: 252.225-7012, Preference for certain domestic Commodities; 252.225-7036, Buy American Act North American Free Trade Agreement Implementation. The U.S. Army Electronic Proving Ground (EPG), in support of the Office of National Drug Control Policy (ONDCP) Counterdrug Technology Assessment Center (CTAC), is soliciting proposals for the Technology Transfer Program (TTP). The Technology Transfer Program was enacted by Congress in 1998 to support state and local law enforce ment agencies with equipment and training for deployments and operations. EPG administers the TTP for ONDCP, CTAC and is seeking proposals for new technology to incorporate in the TTP. Specifically, EPG is seeking technology in the following four categori es: Category 1 - Portable Radio Communications Interoperability Gateway System: A stand-alone, portable, easily deployable, interoperability communications gateway switch capable of interconnecting and interfacing multiple bands VHF, UHF, 400MHZ, 700MZ, 800MHZ, cellular, POTS, satellite, analog, digital, conventional and trunk-based radio systems. The systems must be compatible with Project 25 (P25) compliant communication devices and, as a minimum, have the capability to host five (5) interconnects and three (3) network/talk groups. Category 2 - Digital Evidence/Analysis Tools: A tool kit or software program capable of obtaining digital evidence and performi ng analysis of the collected digital evidence. Capabilities should include computer forensics-type software, password breaking, email analysis, computer, Personal Digital Assistant (PDA) type devices, and cell phone data extraction, hardware and software forensics imaging utilities, and field imaging kits. Category 3 - Internet-Based Tracking System: New generation tracking systems that provide the capability to view a tracked target on a mapping display from any remote computer utilizing the internet. Systems should incorporate appropriate security to protect and limit data access, and provide reports on tracking data. Category 4 - Records Management/Investigative Analysis Tools: A software program that improves overall case-load management, informati on storage and retrieval, and performs link analysis of all information collected and on file. The solicitation will be a phased effort. Phase I as the proposal evaluation phase and Phase II as the demonstration phase. Phase I, Proposal(s) submitted for evaluation must meet the above, specified administrative requirements, also the proposed item shall meet three (3) specific initial qualifying criteria: (1) product must have a specific law enforcewment purpose, (2) product must have a verifiable and estab lished performance record with U.S. law enforcement agencies and (3) product must be packaged as a fully integrated turn-key system and require no further development or enhancement efforts. The most highly rated proposals from Phase I will be invited to demonstrate in Phase II. Proposals not selected for Phase II d emonstrations are rejected and will receive no further consideration. In Phase II vendors will be allowed to demonstrate their product, within a limited time constraint, in front of a panel of Law Enforcement (LE) experts. Phase II demonstrations will be at a place and time to be determined by the government. Phase II demonstrations will not exceed 30 minutes in length - strictly enforced. As there may be several vendors selected for demonstrat ions, the scheduled dates and times will not be adjusted to meet individual offeror requirements. Offerors invited to participate in the Phase II demonstrations will be notified of the location, date, and time. Funding or reimbursement will not be authoriz ed for participation in these demonstrations or in preparation of the proposals. Offerors selected and invited to demonstrate will be required to fund all associated costs for participation. The demonstration will be evaluated against establish criteria by the LE expert panel. Products will be evaluated and selected based on the following criteria listed in equal order of importance: ( 1) Overall technical merit of proposed equipment; (2) Potential contribution to the Technology Transfer Program and to la w enforcement; (3)Company production ca pability and proposed delivery schedule; and (4) Estimated cost. Offerors are not limited to one product; however, only one product/technology, complete stand-alone turn-key system, per proposal will be accepted. E ach proposal must be all inclusive, shall not exceed 10 pages and include, as a minimum: (1) a technical description of the product, (2) the cost of the product and training, cost options and details of quantity discounts, (3) details of the training that is being provided for the product, (4) product delivery schedule after receipt of order, and (5) the estimated annual cost of ownership, such as software licensing costs, servicing costs, cost of expendables, etc. All proposals shall be submitted electron ically and shall be submitted as Microsoft Word Windows Compatible or PDF format. All Proposals shall be in En glish and of length not to exceed ten (10) pages. No other information other than the ten (10) page proposal will be considered for this synopsis; any other material, brochures, pamphlets, or samples will not be considered. All submissions must have a ti tle page (page one) and must include the following : (1) The title of the proposal or name of the technology, (2) the technology category for which you are proposing, (3) Administrative point-of-contact, phone number, fax number, complete mailing address, and email address, (4) Technical point-of-contact phone number, fax number, complete mailing address. The administrative and technical points-of-contact must be fully cognizant and understand the system/technology being proposed (5) Vendor's DUN's number, (6) Vendor's Tax ID number, (7) Product CAGE Cod e number, (8) Product FSC number, and (10) verfy how the vendor's name appears in the Central Contractor Registration (CCR). Proposals are due no later than 12 noon (MT) on November 17, 2005 and will only be accepted via electronic mail at charles.fahs@us .army.mil.l. For information, contact Mr. Charles Fahs, Contracting Officer, at (520) 538-4895 or by electronic mail at charles.fahs@us.army.mil.. Proposals and responses received after 1200 noon (MT) on November17, 2005 are not in compliance and will not be considered under this solicitation. The government reserves the right to select all, some, or none of the responses to this s olicitation for demonstration or contract award. Offerors shall not request nor obtain a list of evaluators who will be gradin g the demonstrations. Those offerors selected for demonstrations will be notified by November 30, 2005. of time and place for demonstrations.
 
Place of Performance
Address: ACA, South Region, Electronic Proving Ground Attn: SFCA-SR-WS, Building 55350, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN00918610-W 20051022/051020212105 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.