Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOURCES SOUGHT

58 -- 58--Electronic Control Device(s) (ECD) and Body-Worn Camera(s) (BWC) and a cloud ho

Notice Date
8/19/2020 6:57:54 PM
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
NATIONAL OPERATIONS CENTER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140L0620R0058
 
Response Due
8/27/2020 12:00:00 AM
 
Archive Date
09/11/2020
 
Point of Contact
Hutchison, Melissa
 
E-Mail Address
mhutchison@blm.gov
(mhutchison@blm.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for market research purposes to identify interested vendors for the potential requirement detailed below. A formal solicitation and performance work statement are not available. Additionally, in accordance with FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to fruition. The Bureau of Land Management (BLM) has a potential need for Electronic Control Device(s) (ECD) and Body-Worn Camera(s) (BWC) and a cloud hosted Digital Evidence Management System/Solution (DEMS) for the United States Department of the Interior (DOI) Bureau of Land Management (BLM) Office of Law Enforcement and Security located in Boise, Idaho. Vendors shall be capable of providing the items required as individual items and as part of a combined program in accordance with the Statement of Requirements (SOR) below. STATEMENT OF REQUIREMENTS The United States Department of the Interior (DOI) Bureau of Land Management (BLM) Office of Law Enforcement and Security requires products and services for its law enforcement officers and law enforcement program, as follows: Electronic Control Device (ECD) also known as Electronic Control Weapon (ECW) or Conducted Energy Weapon (CEW) or Conducted Energy Device(s) (CED) are ""less-lethal"" weapons used by law enforcement designed primarily to discharge electrical charges into a subject that will cause involuntary muscle contractions and override the subject's voluntary motor control. DOI-BLM requires approximately 250 ECD's for its law enforcement program. DOI-BLM requires a variety of cartridges for the ECD's for operation and training. DOI-BLM requires a variety of accessories for the ECD's for operation and training. DOI-BLM requires access to training and / or training curriculum for ECD's. Body-Worn Camera(s) (BWC) are audio and video recording devices worn by law enforcement officers as part of their uniform to document what they see and hear as they perform their duties. DOI-BLM requires approximately 250 BWC's for its law enforcement program. DOI-BLM requires a variety of accessories for the BWC's for operations. DOI-BLM has a strict requirement for BWC's to have a minimum 30-second pre-event recording mode. Digital Evidence Management System / Software / Solution(s) (DEMS) is software used to store, manage, secure, share, redact and protect digital evidence, most typically in the form of video, photo and audio records. DOI-BLM requires a DEMS in the form of Software as a Service (Saas) which is hosted in a vendor provided cloud environment. The SaaS solution must be currently FedRAMP Authorized with an Authority to Operate (ATO) rated for impact level moderate or high. Currently authorized means as of the closing date of the this RFI. All of these items must have the ability, functions, and features to work together as a combined program and solution and also must have the ability to operate independently as standalone products and solutions. Note: Please identify the specific accessories available in your literature. It is imperative that the product offered comes with a wide range of CED cartridges, accessories and supplies. BLM is conducting market research to determine whether vendors would have the ability to provide the requirements listed above. All business concerns who believe they can responsibly perform this requirement should submit the following information no later than 11AM EST, Thursday, August 27, 2020: 1. Capability statement describing corporate expertise and technical qualifications in the work described above - this should be no more than five (5) pages, excluding a coversheet. 2. Past performance information describing other contracts for similar services your company has been awarded. Past performance information should be submitted for projects conducted within the last three years and include: project title, whether the work was as a prime or subcontractor, contract/subcontract dollar value, type of contract, percentage of self-performed work, and overall performance rating received. 3. The NAICS code(s) tied to the product(s) you think would fit this requirement. 4. Small business status of vendor (8(a), HUBZone, SDVOSB, etc.) 5. Point of contact information for vendor, Cage Code, and D&B Number. 6. Any other information that will prove the vendor is capable of performing the required effort. 7. Please also include the following information in your response: a. Commerciality: (1) Current acquisition guidance encourages the Government to adopt best practices of industry when purchasing commercial services. Do you believe this acquisition is a commercial service considering the definition in Federal Acquisition Regulation 2.101? Please provide your rationale. (2) Are there major differences between this acquisition and accepted commercial business practice? Please explain. b. Contract type and requirements (1) The Government is considering issuing this contract as a Firm-Fixed Price contract. Would you be able to propose this as a firm-fixed price contract? What additional information would you need in order to propose a firm-fixed price? (2) Are there specific contract types that may result in a ""no-bid"" decision by your company? (3) Does your company currently have a DCAA approved accounting system? How much experience has your company had with management of Cost contracts? If your company is considering being the prime on this contract and would be required to perform at least 50 percent of work, how would work beyond in-house capabilities be handled? (4) Following contract award, what transition period do you believe would be adequate prior to start of work? c. Source selection method and evaluation criteria: (1) What source selection method - performance price tradeoff (PPT) or full tradeoff - is preferred and why? (2) What evaluation criteria is appropriate and why? (Please be as specific as possible) (3) How many past performance references are adequate? Given that number, what is the appropriate proposal page limitation (assuming a reasonable font)? d. Please provide any other applicable comments or recommendations not addressed in the foregoing. Submissions should be emailed to the attention of Andrea Ramos, Contract Specialist, at aramos@blm.gov. The subject line of your e-mail should read: ""ECD / BWC / DEMS"". Mail and fax responses will not be accepted or evaluated. NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for proposals. The Government does not intend to award a contract based on responses received under this announcement. All questions and concerns may be submitted to the Contract Specialist via email only at aramos@blm.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d6ee3a2d1548499bac47029d9ba6570b/view)
 
Record
SN05766137-F 20200821/200819230207 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.