Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2005 FBO #1431
SOLICITATION NOTICE

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

Notice Date
10/25/2005
 
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-EPGTTP4
 
Response Due
11/25/2005
 
Archive Date
1/24/2006
 
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; proposal s are requested and a written solicitation will not be issued to this regard. This requirement is issued as a Firm Fixed Price (FFP) contract with applicable FAR clauses 52.217-6 and 7 Option for increased quantities. The solicitation document with incorp orated provisions and clauses 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 only for information purposes. This requirement is unrestricted. The DPAS rating does not apply. FAR provision 52.212-1, Instruction to Offerors Commercial items, and FAR provision 52.212-2, Evaluation of Commercial Items, both apply to the acquisition. Please take note of the below product requirements and evaluation crit eria. Offerors shall include a completed 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 appli cable FSC Codes with each offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items; 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 Facilities; 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 Disabl ed Veterans and Veterans of the Vietnam 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 via a government VISA account. Other clauses which may apply to any resultant contract are: 52.203-6, Restrictions on Subcontractors Sales to the Government; 52.219-4, Notice of Evaluation Preference for HUB Zone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Busines s Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 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 applies 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 25 2.225-7021, Trade Agreements. Other clauses which may apply to any resultant contract are: 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act North American Free Trade Agreement Implementation. The United States Army , Electronic Proving Ground (EPG), in support of the Office of National Drug Control Policy, Counterdrug Technology Assessment Center (ONDCP / CTAC), is soliciting proposals for the Technology Transfer Program (TTP). The Technology Transfer Program was ena cted by Congress in 1998 to support state and local law enforcement agencies with equipment and training. EPG, as the program administrator, is seeking proposals for state-of-the-art counterdrug systems and devices. This solicitation will be a phased effor t with Phase I as the proposal evaluation phase and Phase II as the equipment demonstration phase. Offerors must meet Phase I requirements for invitation to Phase II demonstrations. Phase I proposals must meet the Administrative Requirements, listed at th e end of this solicitation, and must meet ALL three (3) qualifying Operational Requirements of (1) Product must have a specific law enforcement purpose; (2) Pro duct must have a verifiable and established performance record with United States law enforcement agencies; and (3) Product must be packaged as a fully integrated, turn-key system and require no further development or enhancement efforts. Furthermore, prop osed products shall have a specific counterdrug application in at least one of six (6) categories: Category 1. Cellular Telephone Intercept with tracking capability and the ability to determine the location of a cell phone. Vendors shall provide, at a mini mum, a two year maintenance agreement for upgrades and support. Category 2. Internet-based Tracking Systems which provide the capabilities to view a tracked target on a map from any remote computer utilizing the internet. System shall have appropriate secu rity to limit access to data. Data and map display shall reside on a dedicated server and be able to support multiple tracked targets. Vendors shall provide, at a minimum, a two year maintenance agreement for upgrades and support. Category 3. Digital Evide nce Analysis Equipment to include any (a) Computer forensic software; (b) Password breaking software; (c) Email analysis software; (d) Personal digital assistant (PDA) and cellular telephone data extraction hardware or software; (e) Hardware and software f orensic imaging utilities; and (f) Field imaging kits. Vendors shall provide, at a minimum, a two year maintenance agreement for upgrades and support. Category 4. Portable Radio Communication Interoperability Systems to include stand alone, portable, easil y deployable interoperability communications gateway switches capable of interconnecting and interfacing disparate communication bands. The system must be compatible with Project 25 (P25) communication devices. Category 5. Investigative Records Management Systems which include the ability to import and export digital images; ability to import and export all data; interface with other databases; full text search capability; if intelligence sharing is involved, evidence that system is 28CFR Part 23 compliant; specific number of licenses included with pricing; vendors shall provide, at a minimum, a two year maintenance agreement for upgrades and support. Category 6. Investigative Case Analysis Tools with data visualization function; ability to import and export digital images; ability to import and export all data; interface with other databases; full text search capability; if intelligence sharing is involved, evidence that system is 28CFR Part 23 compliant; specific number of licenses included with pricing; ve ndors shall provide, at a minimum, a two year maintenance agreement for upgrades and support. The most highly rated proposals from Phase I will be invited to demonstrate the technology in Phase II. Proposals not selected for Phase II demonstrations will receive no further consideration. In Phase II, a company / vendor will be allowed to demonstrate their product, within a limited time constraint, in front of a panel of law enforcement experts. Phase II demonstrations will be at a place and time to be dete rmined by the government. Each selected company / vendor will be allowed a period of 30 minutes in duration. The time of demonstration will be strictly enforced by an official timekeeper. The demonstration will be filmed in accordance with program policy . As there may be several companies / vendors selected for demonstrations, the scheduled dates and times will not be adjusted to meet individual schedules. Offerors invited to participate in the Phase II demonstrations will be notified of the location, da te, and time. Those offerors invited to demonstrate will be required to fund all associated costs for participation. Funding or reimbursement will not be authorized for participation in these demonstrations or in preparation of any proposals. The demonst ration will be viewed by the expert panel, evaluated, and scored in accordance with an established grading criterion. Products will be evaluated, scored, and se lected based on standards which have equal weights of importance: (1) Overall technical merit of equipment; (2) Potential contribution to the Technology Transfer Program and to law enforcement; (3) Company production capabilities and proposed delivery sche dules; and (4) Estimated cost of item. Offerors are not limi ted to one product; however, only one product as a complete, stand-alone, turn-key system will be accepted per proposal. ADMINISTRATIVE REQUIREMENTS Each proposal must be all inclusive, shall not exceed ten (10) pages and include, as a minimum: (1) A technical description of the product; (2) The cost of the product, cost options, and details of quantity discounts; (3) Training specifics with cost, cost options, class duration, number of personn el per class; (4) Product delivery schedule upon 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 electronically and shall be s ubmitted as Microsoft Word Windows Compatible or PDF format. All Proposals shall be in English and of length not to exceed ten (10) pages. No other information, other than the ten (10) page proposal, will be accepted for this solicitation as there will be no consideration on any brochures, pamphlets, samples, or other materials. All submissions must have a title page (page 1) and must include (1) The title of the proposal or name of the technology; (2) The technology category (1 through 6) for the proposal ; (3) A dministrative 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, and email address. The administrative and technical points- of-contact must be fully cognizant with an understanding of the proposed item; (5) Vendor's DUNS number; (6) Vendor's Tax ID number; (7) Product CAGE Code number; (8) Product FSC number, and (9) Verification on the listing of the vendor's name in the Cent ral Contractor Registration (CCR). Proposals are due no later than 12:00 p.m. / noon (Mountain Time) on Friday, November 25, 2005 and will only be accepted via electronic mail to the address of charles.fahs@us.army.mil For additional information, con tact Mr. Charles Fahs, Contracting Officer, at (520) 538-4895 or by electronic mail to the above email address. Proposals and responses received after 12:00 p.m. / noon (Mountain Time) on November 25, 2005 are not in compliance and will not be considered under this announcement. Those offerors selected for demonstrations will be notified by December 3, 2005 of time and place for demonstrations. Offerors shall not request nor obtain a list of panel members who will be evaluating and grading the demonstrati ons. The government reserves the right to select all, some, or none of the responses for demonstration and / or contract award.
 
Place of Performance
Address: ACA, Electronic Proving Ground, Special Programs Office Building 55350, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN00920589-W 20051027/051025211940 (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.