SOURCES SOUGHT
35 -- SUBJECT: THE OFFICE OF NATIONAL DRUG CONTROL POLICY, COUNTERDRUG TECHNOLOGY ASSESSMENT CENTER IS SEEKING STATE-OF-THE-ART COUNTERDRUG EQUIPMENT FOR DISTRIBUTION TO STATE AND LOCAL LAW ENFORCEMENT AGENCIES.
- Notice Date
- 1/21/2003
- Notice Type
- Sources Sought
- 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
- DABJ47-03-R-ONDCP
- Archive Date
- 4/22/2003
- Point of Contact
- VIRGINIA MILLER, 520-538-2399
- E-Mail Address
-
Email your questions to ACA, White Sands Missile Range
(virginia.miller@epg.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA SUBJECT: THE OFFICE OF NATIONAL DRUG CONTROL 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. Technical Representative, Rafael Anton (520) 538-4916. The United States Army White Sands Missile Range, Electronic Proving Ground (EPG), as Technical Agent, for the Office of National Drug Control Policy, Counterdrug Technology Assessment Center (CTAC) administers the Technology Transfer Program and is seekin g potential sources to provide state-of-the-the counterdrug equipment to State and Local Law enforcement. Interested offerors shall submit a proposal in response to this solicitation. The proposal shall not exceed 8 pages in length. These 8 pages shall co nsist of a cover page, an executive 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 enfor cement agency 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 has purchased. Proposals shall be on 8 1/2 x 11 papers and not exceed eight (8) pages in length, exclusive of the administrative information required above. Seven (7) copies of the proposal shall be submitted. Brochures, catalogs, marketing materi als, 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 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 such as, but not limited to: Miniature digital covert audio/video surveillance; portable narcotic detection syste ms; advanced miniature audio or video-based body-wire devices; command, control, communication, computer, intelligence systems (C4I); covert vehicle tracking system, case management system, data-sharing and analysis systems, telephone/fax/internet intercep t systems; 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 tur n-key system and require no further development or enhancement effort. Products not meeting all of the above three (3) criteria will not be considered for further evaluation. Phase II. Candidates selected for Phase II will demonstrate and brief their prop osed product to a law enforcement evaluation panel. Candidates qualifying 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 via bility 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 award contracts (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 the Washington DC or surrounding area during the week of 29 April 2003; 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 adjuste d to meet individual 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 and one demonstration per company if selected. Funding wi ll not be authorized by EPG for participation in these demonstrations. Funding will not be authorized by EPG for preparation of the submitted proposals. Therefore, companies selected to perform a demonstration (Phase II) will be required to fund the associ ated cost to attend. 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 in which a competitor?s equivalent product (if any) may be ev aluated. Products will be evaluated and selected based on the following criteria listed in equally descending order of importance: overall technical merit-feasibility of proposed equipment; potential contribution, relevance, and impact to EPG's mission in support of the Technology Transfer Program; and Cost and 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 b y 26 March 2003. Companies shall not request nor will they obtain a list of evaluators who will be attending the demonstrations. Offers (proposals) are due no later than 1300 hours on Friday 21 February 2003 and shall be submitted to U.S. Army Contracting Agency, North Region, SFCA-NR-WS, EPG - Counterdrug Office (Mr. Charles Fahs), 2000 Arizona Street, Ft. Huachuca, AZ 85635-7163. Responses received after 1300 hours 21 February 2003 will not be considered. For information, contact Mr. Charles Fahs, Contra cting Officer, at (520) 538-4895 or Charles.Fahs@epg.army.mil
- Place of Performance
- Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Country: US
- Zip Code: 88002-5201
- Record
- SN00243913-W 20030123/030121213515 (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 |