MODIFICATION
35 -- STATE-OF-THE-ART LAW ENFORCEMENT EQUIPMENT FOR DISTRIBUTION TO STATE AND LOCAL LAW ENFORCEMENT AGENCIES
- Notice Date
- 5/20/2004
- Notice Type
- Modification
- 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-04-R-ONDCP1
- Response Due
- 6/30/2004
- Archive Date
- 8/29/2004
- Point of Contact
- Carmen Simotti, 520-538-2399
- E-Mail Address
-
Email your questions to ACA, White Sands Missile Range
(carmen.simotti@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: STATE-OF-THE-ART LAW ENFORCEMENT EQUIPMENT FOR DISTRIBUTION TO STATE AND LOCAL LAW ENFORCEMENT AGENCIES. The United States Army, White Sands Missile Range, Electronic Proving Ground(EPG), Special Programs Office administers the Technology Tr ansfer Program on behalf of the Office of National Drug Control Policy, Counterdrug Technology Assessment Center(ONDCP/CTAC. EPG is soliciting potential offerors to provide state-of-the-art equipment for use in state and local law enforcement operations. T he proposal should be submitted as Microsoft Word Windows Compatible or PDF format. The proposal shall not exceed 8 pages in length. The 8 pages shall consist of a cover page, an executive summary, description of the proposed product, estimated delivery sc hedule, warranty provisions, item cost, training options, estimated cost, and a summary of the product established and proven performance/operational record with a United States law enforcement agency. The following information must be included on the agen cy 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 purchased by agency. Proposals shall be on 8 1/ 2 x 11 paper and not exceed eight(8)pa ges in length. Brochures, catalogs, marketing materials, supplemental information or any other material other than the eight (8) page proposal will not be considered for evaluation. This solicitation will be a phased effort. Phase I. Proposals submitted fo r evaluation must meet the above, specified administrative requirements. Phase II. Those meeting Phase I requirements will be evaluated under Phase II. Phase II requirements mandate that the proposed item shall meet three (3)specific initial qualifying cri teria: (1)product shall have a specific law enforcement application, such as, but not limited to: Miniature digital covert audio/video surveillance; portable narcotic detection systems; advanced miniature audio or video-based body-wire devices; command, co ntrol, communication, computer, intelligence systems(C4I); covert vehicle tracking systems, case management systems, data sharing and analysis systems, telephone/fax/internet intercept systems; computer forensics, and data mining or advanced Internet/datab ase/unstructured data search engines (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 and require no further development or enh ancement efforts. Products not meeting all of the above three (3) criteria will not be considered for Phase III or further evaluation. Phase III. Phase III is the demonstration portion of the process. Selected offerors will be invited to demonstrate and b rief their proposed product to a law enforcement evaluation panel. Phase III participants must meet all three (3) initial qualifying criteria as defined in Phase II, as well, as meeting applicability and feasibility for the Technology Transfer Program. A p anel of experts will determine applicability and feasibility for continuation in the process. Demonstrations will be conducted at a site with dates selected by the government. A panel of law enforcement experts will grade demonstrations. Phase IV. Results from the demonstration evaluations will be tallied, recommendations for inclusion into the Technology Transfer Program will be made, and notifications will be made to participants. Phase V. Contract awards will be made in accordance with all federal regula tions. Offerors selected under Phase IV are not guaranteed contracts, if unable to meet federal contracting requirements. Offerors which pass Phases I and II criteria as potential offerors may be selected to participate in the Phase III demonstrations. Pha se III demonstrations will be at a place and time to be determined by EPG. It is anticipated that EPG will host the Phase III demonstrations in the Phoenix, A rizona area during the week of August 23, 2004; however, EPG may host the demonstrations at another location. Phase III demonstrations will not exceed 45 minutes in length. An EPG representative will strictly enforce demonstration time. As there may be sev eral offerors selected for demonstrations, the scheduled dates and times will not be adjusted to meet individual offeror requirements. Offerors selected to participate in the Phase III demonstrations and will be notified of the location, date, and time. If selected for demonstrations, offerors are not limited to one product; however, ony one product can be submitted per proposal. Funding will not be authorized by EPG for participation in these demonstrations. Funding will not be authorized by EPG for prepar ation of proposals. Offerors selected to perform a Phase III demonstration will be required to fund all associated costs for participation. The demonstration will consist of a detailed technical review of the proposed product by a panel of law enforcement experts. Demonstrations will be performed by product type. Evaluation Criteria: 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 co ntribution to the Technology Transfer Program and to law enforcement; (3) Company production capability and proposed delivery schedule; and (4) Estimated cost. EPG reserves the right to select all, some, or none of the responses to this announcement for de monstration or contract award. Offerors shall not request nor obtain a list of evaluators who will be grading the demonstrations. Interested offerors may submit a proposal in response to this solicitation. Proposals are due no later than 1200 noon on Wedne sday, June 30, 2004 and will only be accepted via electronic mail at BAA2004@epg.army.mil. For information, contact Mr. Charles Fahs, Contracting Officer, at (520) 538-4895 or by electronic mail at Charles.Fahs@epg.army.mil. Proposals and responses receive d after 1200 noon on June 30, 2004 are not in compliance and will not be considered under this solicitation. Those offerors selected for demonstrations will be notified by July 30, 2004.
- Place of Performance
- Address: ACA, South Region, Electronic Proving Ground, ATTN: SFCA-SR-WS Bldg. 55350, 2000 Arizona Street Fort Huachuca AZ
- Zip Code: 85613-7063
- Country: US
- Zip Code: 85613-7063
- Record
- SN00589588-W 20040522/040520212209 (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 |