SOURCES SOUGHT
35 -- SUBJECT: THE OFFICE OF NATIONAL DRUG CONTROL AND POLICY, COUNTERDRUG TECHNOLOGY ASSESSMENT CENTER IS SEEKING STATE-OF-THE-ART COUNTERDRUG EQUIPMENT FOR DISTRIBUTION TO STATE AND LOCAL LAW ENFORCEMENT AGENCIES.
- Notice Date
- 6/19/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army Robert Morris Acquisition Center, White Sands Contracting Division, ATTN: AMSSB-ACW, Building 126 West, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- DATM05-02-R-ONDCP3
- Response Due
- 7/19/2002
- Archive Date
- 8/18/2002
- Point of Contact
- VIRGINIA MILLER, 520-538-2399
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, White Sands Contracting Division
(virginia.miller@epg.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA SUBJECT: THE OFFICE OF NATIONAL DRUG CONTROL AND POLICY, COUNTERDRUG TECHNOLOGY ASSESSMENT CENTER IS SEEKING STATE-OF-THE-ART COUNTERDRUG EQUIPMENT FOR DISTRIBUTION TO STATE AND LOCAL LAW ENFORCEMENT AGENCIES. POC Contracting Officer, Mr. Charles Fahs, (520) 538-4895. 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 be ing requested and a written solicitation will not be issued. This requirement is issued as a Request for Proposal. `The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. The NAICS is 421430. This requirement is unrestricted. The size standard is 100 and is included for information purposes only. Delivery is FOB Destination to locations yet to be identified. Inspection point is the same. This is not a DPAS rated order. See Note 12. O ffers are due no later than 1300 hours Friday 19 July 2002 and shall be submitted to Mailing address: U.S. Army WSMR-EPG, Counterdrug Office (Charlie Fahs), Fort Huachuca, AZ 85613-7063; Federal Express Address: U.S. Army WSMR-EPG, Counterdrug Office (Char lie Fahs), Building No. 90201/Brainard Rd, Fort Huachuca, AZ 85613-7063, phone: 520-538-4895. Responses received after 1300 hours 19 Jul 2002 will not be considered. For information, contact Mr. Charles Fahs, Contracting Officer, at (520) 538-4895 or Char les.Fahs@epg.army.mil FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. Paragraph (c) of the provision is changed to extend the period of acceptance to 90 days. Paragraph (e) of the provision is deleted. FAR provision 52.212-2, Evalua tion of Commercial Items, applies to the acquisition (See evaluation criteria below). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Identification N umber, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 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 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 Disabled 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 by VISA. 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 HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business 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 252.225-7021, Trade Agreements. Other clauses which may apply to any resultant contract are: 252.225-7 012, Preference for certain domestic Commodities; 252.225-7036, Buy American Act North American Free Trade Agreement Implementation. The United States Army White Sands Missile Range, Electronic Proving Grou nd (EPG), as Technical Agent, for the Office of National Drug Control Policy, Counterdrug Technology Assessment Center (CTAC) administers the Technology Transfer Program is seeking potential sources to provide state-of-the-art counterdrug equipment to Stat e and Local Law enforcement. Interested offerors shall submit a proposal in response to this solicitation. We will accept only one (1) proposal per product. The proposal shall not exceed 8 pages in length. These 8 pages shall consist of a cover page, an e xecutive summary, description of the proposed product, estimated delivery schedule, warranty provisions, training options; and a summary of the product?s established and proven performance/operational record with a U.S. law enforcement agencies to include the following information of the agency or agencies using the product: (a) Agency Name, (b) Address, City, State, Zip Code (c) Agency Point-of-Contact, (d) Telephone number, (e) Email address, and (f) quantity of the product the agency purchased. Seven (7) copies of the proposal shall be submitted for each proposed product. Brochures, catalogs, marketing materials, supplemental information or any other material other than the eight (8) page proposal will not be considered for evaluation. This solicitat ion will be a phased effort as follows. Phase I: Proposals submitted for evaluation, in addition to meeting the proposal requirements above, shall meet three specific initial qualifying criteria: (1) product shall have a specific counterdrug application su ch as, but not limited to: Miniature digital covert audio/video surveillance; command, control, communication, computer, intelligence systems (C4I); portable narcotic detection systems; telephone intercept systems; body-wire devices; covert vehicle trackin g system, case management, data-sharing and analysis systems (2) product must have a verifiable and established performance record with U.S. law enforcement agencies and (3) the product must be packaged as a fully integrated turn-key system that require no further development or enhancement efforts. Products not meeting all of the above three (3) criteria will not be considered for further evaluation. Phase II: Conduct a demonstration of proposed product to law enforcement evaluation panel. Candidates qual ifying for Phase II must meet all three (3) initial qualifying criteria as defined in Phase I and be selected by a panel of experts that will evaluate the proposal for applicability and viability for the Technology Transfer Program and further evaluation. Phase III. Results of the demonstrations will be analyzed, recommendations of technologies into the Technology Transfer Program will be made, and contracts awarded (if applicable). Companies selected as potential sources who meet the Phase I criteria may be selected to participate in the Phase II demonstration of the proposed equipment at a place and time to be determined by EPG. It is anticipated that EPG will host the demonstration phase in Denver, CO the week of 21 August 2002; however EPG may host the demonstration anywhere it deems appropriate. The demonstrations will be limited to 45 minutes in length and will be strictly limited to the established time. Since there may be several attendees, the selected dates and times will not be adjusted to meet in dividual company desires. Companies selected to demonstrate products will be notified of the demonstration location, time and date. Companies are limited to one product per demonstration. Funding will not be authorized by EPG for participation in these de monstrations. Therefore, companies selected to perform a demonstration (Phase II) will be required to fund the associated cost to attend. The demonstration will consist of a detailed technical review of the proposed product by a panel of law enforcement ex perts. Demonstrations will be performed by product type in which a competitor?s equivalent product (if any) may be evaluated. Products will be evaluated and sel ected based on the following criteria listed in equally descending order of importance: overall technical merit-feasibility of proposed equipment; potential contribution, relevance, impact to EPG's mission in support of the Technology Transfer Program; and delivery schedule. EPG reserves the right to select all, some, or none of the responses to this announcement for demonstration or contract award. Those companies selected for demonstrations will be notified by August 5, 2002.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, White Sands Contracting Division EPG COUNTERDRUG OFFICE, ATTN: AMSSB-ACW, 2000 Arizona Street Fort Huachuca AZ
- Zip Code: 85613
- Country: US
- Zip Code: 85613
- Record
- SN00096143-W 20020621/020619213744 (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 |