SOLICITATION NOTICE
35 -- STATE-OF-THE-ART LAW ENFORCEMENT EQUIPMENT FOR DISTRIBUTION TO STATE AND LOCAL LAW ENFORCEMENT AGENCIES
- Notice Date
- 6/17/2004
- Notice Type
- Solicitation Notice
- 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-ONDCP2
- Response Due
- 7/15/2004
- Archive Date
- 9/13/2004
- 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
- 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 Broad Agency Announcement (BAA). The solicitation document and incorporated 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 for information purposes only. This requirement is unrestricted. The DPAS rating does not 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 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 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 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 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 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 intent of the BAA is for the United States Army, Electronic Proving Ground (EPG), Special Programs Office, in support of the Office of National Drug Control Policy (ONCDP), Counterdrug Technology Assessment Center (CTAC) seek potential offerors to prov ide state-of-the-art equipment for use in state and local law enforcement operations. The proposal(s) shall be submitted as Microsoft Word Windows Compatible or PDF format. The proposal(s) 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 schedule, 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 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) qua ntity purchased by agency. Brochures, catalogs, marketing materials, supplemental information or any other material other than the eight (8) page proposal will not be considered for evaluation. Offerors are not limited to one product; however, only one (1) proposal will be submitted per product. This BA A solicitation will be a phased effort. Phase I. Proposal(s) submitted for 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 t hat the proposed item shall meet three (3) specific initial qualifying criteria: (1) product shall have a specific law enforcement application, such as, but not limited to: Miniature digital covert audio/video surveillance; portable narcotic detection syst ems; advanced miniature audio or video-based body-wire devices; command, control, communication, computer, intelligence systems(C4I); covert vehicle tracking systems, case management systems, data sharing and analysis systems, telephone/fax/internet interc ept systems; computer forensics, and data mining or advanced Internet/database/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 enhancement 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 po rtion of the process. Selected offerors will be invited to demonstrate and brief 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 wel1 as, me eting applicability and feasibility for the Technology Transfer Program. A panel 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 pa nel 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 regulations. 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 potentia l offerors may be selected to participate in the Phase III demonstrations. Phase 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, Arizona area during t he 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 several companies selec ted 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 will be notified of the location, date, and time. Funding will not be autho rized by EPG for participation in these demonstrations or preparation 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 technic al 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 contribution to the Technology Transfer Program and to law enforcement; (3)Company production ca pability and proposed delivery schedule; and (4) Estimated cost. Interested offerors may submit a proposal(s) in response to this solicitation. Proposal(s) are due no later than 1200 noon on Thursday, July 15, 2004 and will only be accepted via electronic mail at ttpbaa2004@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. Proposal(s) and responses received after 1200 noon on July 15, 2004 are not in compliance and will not be considered under this BAA solicitation. EPG reserves the right to select all, some, or none of the responses to this BAA for demonstration or contract award. Offerors shall not request nor obtain a list of evaluators who will be grading th e demonstrations. Those offerors selected for demonstrations will be notified by August 6, 2004.
- Place of Performance
- Address: ACA, South Region, Electronic Proving Ground, Attn: SFCA-SR-WS, Building 55530, 2000 Arizona Street, Fort Huachuca AZ
- Zip Code: 85613-7063
- Country: US
- Zip Code: 85613-7063
- Record
- SN00605456-W 20040619/040617212213 (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 |