Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOURCES SOUGHT

D -- Remot Control Host Based Interception Systems

Notice Date
3/22/2012
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
DEA-12-STII-0003
 
Archive Date
4/11/2012
 
Point of Contact
Ghazala Shabnam, Phone: 703-495-6774
 
E-Mail Address
ghazala.x.shabnam@usdoj.gov
(ghazala.x.shabnam@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) FOR THE PURPOSE OF CONDUCTING MARKET RESEARCH. THIS IS NOT A REQUEST FOR A SOLICITATION. NO CONTRACT WILL BE AWARDED AS A RESULT OF THIS RFI. ALL RESPONSIBLE BUSINESSES (SMALL AND LARGE) ARE ENCOURAGED TO RESPOND TO THIS RFI. The Drug Enforcement Administration (DEA) Science and Technology Division is conducting market research and requests input from industry specialists to assist in requirements planning. The purpose of this RFI is to gather information about commercially available Remote Control Host Based Interception Systems that meet the requirements discussed below. Interested vendors shall submit a technical description of their Remote Control Hosts Based Interception System such as overall system architecture, system specifications to include interfaces and protocols supported, operational features and options, physical characteristics, estimate of time for delivery, and a description of warranty and product support. Interested vendors should also submit Rough Order of Magnitude (ROM) pricing for their products. The planned use for the Remote Control Host Based Interception System will be to access, acquire and deliver from a variety of platforms historical and future content and associated transactional information to a centralized collection system. REQUIREMENTS The DEA is seeking information from potential sources with a fully functional and operational product proven to be capable of providing a Remote Control Host Based Interception System for device or target specific collection pursuant to authorized law enforcement use. The contractor shall provide detailed information on licensing, working capabilities, exploitable platform capability, system architecture and system specifications. The specifications shall include interfaces, protocols, operational features, physical characteristics, estimate of time for delivery, and a description of warranty and product support. The contractor shall also provide on-site and/or remote training on installation and operation of the system. RESPONSES This is a Request for Information (RFI). This is not a solicitation, award or request for proposals and does not obligate the government to award a contract. All responsible businesses, including small businesses, are encouraged to respond to this RFI. The Drug Enforcement Administration (DEA) Office of Investigative Technology (ST) is conducting market research and requests input from industry to assist in requirements planning. The DEA will not be responsible for any cost incurred by interested parties in responding to this RFI. Any and all associated costs shall be expended solely at the expense of the responder. Unsolicited proposals or offers of any kind will not be considered in response to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFP, as well as those regarding the nature of the services to be performed under any future initiative will not be accepted. Responses must include the following information: 1. Company name; mailing address; physical address; point of contact; telephone number; fax number; email address; DUNS number; NAICS code; company business size (if small indicate type); and GSA schedule number (if applicable). 2. A corporate or company capability statement between one and 10 pages that includes relevant experience within the past three years. Relevant experience is defined as possessing the experience described in the "Requirements" section above. The capability statement should include a technical description of the software and/or hardware and maintenance and other contractor support services required for the government installation and support of all items related to the software and/or hardware system. 3. A representative sample of contracts your firm was awarded to provide the requirements as described in this notice within the past three years. For each contract listed include the type of contract; total estimated value; contract period of performance (e.g., base and number of option periods); customer (i.e. federal agency) and respective point of contact (e.g., point of contact's name, phone number, and email address). 4. Published documentation about the system to include manuals, white papers and other technical documentation (if available). 5. A rough order of magnitude of pricing for the supplies/services described above. The Government encourages creativity and innovation in responses to this RFI. The North American Industry Classification System (NAICS) code applicable to this requirement is 334290 - Other Communications Equipment Manufacturing, with a size standard in number of employees of 750. Any questions about this RFI should be submitted in writing to Ghazala.x.Shabnam@usdoj.gov no later than March 28, 2012 by 5:00 pm local Eastern Standard Time. Answers to general questions will be provided under an amendment to the RFI and posted on FBO. Answers to vendor specific questions vendors will be provided directly to the vendors. Interested parties are requested to submit the above requested information directly via e-mail to: Ghazala.x.Shabnam@usdoj.gov no later than April 10, 2012. Any responses received after the closing date will not be considered. No literature will be returned to responding sources and each source is solely responsible for all expenses associated with submitting their literature. All information will be kept confidential and will not be disseminated to the public.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DEA-12-STII-0003/listing.html)
 
Place of Performance
Address: Drug Enforcement Administration, Lorton, Virginia, 22079, United States
Zip Code: 22079
 
Record
SN02703087-W 20120324/120322234738-7eb60b154c178c5a0abd3d5dfbba2709 (fbodaily.com)
 
Source
FedBizOpps 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.