Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
SOLICITATION NOTICE

35 -- U.S. DEPARTMENT OF HOMELAND SECURITY, OFFICE OF DOMESTIC PREPAREDNESS, COMMERCIAL EQUIPMENT DIRECT ASSISTANCE PROGRAM IS SEEKING STATE-OF-THE-ART EQUIPMENT FOR DISTRIBUTION TO STATE AND LOCAL AGENCIES OF FIRST RESPONDERS

Notice Date
8/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
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-05-R-EPGDHS3
 
Response Due
8/31/2005
 
Archive Date
10/30/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for GSA 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; propo sals are being requested and a written solicitation will not be issued. This requirement is issued as a Firm Fixed Price contract with FAR clauses 52.217-6 and 7 Option for increased quantity. The solicitation document and incorporated provisions and cl auses 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 co py 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 Er a; 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 Commerc ial 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 t o any resultant contract are: 252.225-7012, Preference for certain domestic Commodities; 252.225-7036, Buy American Act North American Free Trade Agreement Implementation. The U.S. Army Contracting Agency Southwest Region is soliciting commercially available equipment for the Department of Homeland Security (DHS), Office of State and Local Government Coordination and Preparedness (SLGCP), Commercial Equipment Direct Assistan ce Program (CEDAP). CEDAP was established to assist smaller communities in acquiring and using commercially available technologies to prevent, deter, and respond to terrorist attacks as identified in state homeland security strategies. Specifically we ar e interested in the following equipment types: (1) Defensive and protective equipment, this specifically includes: complete (mask, suit, gloves, boots and related accessories such as filters, tape, etc.) personal protective level 3 suits. (2) Ruggedized handheld field portable detection and search equipment, this specifically includes: search cameras, high quality image intensifier-based devices and uncooled thermal imagers for law enforcement, fire and search and rescue operations; listeni ng devices to provide enhanced audio detection capability for use in search and rescue operations, and victim extrication devices such as portable hydraulics cutters, spreaders and ram tools for breaching, breaking or lifting of victims in structure debris; (3) Ruggedized handheld field portable chemical, biological, nuclear and explosive detection equipment, this specifically includes: biological - point detection (immunoassay and other technology) protein tests and DNA/RNA detection; hazardous chemical det ection  include detection papers and kits, surface acoustic wave based detectors, gas chromatography, mass spectrometry and other technologies; explosive detection  gas chromatograph or mass spectrometer detection, swipe test for explosive screening; rad iological/nuclear detection  portable detection of radiological/nuclear hazards; and air quality monitoring (oxygen, carbon monoxide, etc.) and detection devices  air flow calibrator air sampler, personal air sampler and area (high volume) air sampler. Synopsis of technical performance and functional specifications: Handheld portable CBNRE equipment; [high sensitivity, fast response time, specificity and wide agent bandwidth for AN-FO, CWA, biological agents, and toxins, high collection efficiency, point detection/continuous monitoring, remote operations for stand-off detection to allow adequate response time, small, lightweight, low-power system, no fluid consumables], GC-MS man portable, light weight, and field deployable equipment; [high atomic mass un it range, fully quantitative on-site analyses, rapid response time, high detection efficiency, fingerprint library of plastic, commercial and military explosives, TATP, HMTD, and enhanced AN-FO as well as International Civil Aviation Organization (ICAO) ma rker compounds, CWA, VOC, TIC, biological agents, and toxins, results comparable to laboratory measurements, automate any use operation, programmable with alerting, possibly remote modes of operation]. (4) Information sharing and risk management tools such as vulnerability threat assessment technology software for assessing the risk associated with various structure, utilities, businesses, power plants, reservoirs and that provide analytic support to man age the risk to these structures; law enforcement surveillance equipment specifically, electronic equipment for covert tracking, pen registers, and covert communications equipment; terrorism prevention and counterterrorism law enforcement analyses and appl ication packages for crisis incident command and resource management, intelligence collection, case management, and situation awareness. (5) Portable stand-alone tactical gateway interoperability communications switch  a rapidly deployable stand-alone interoperable communications gateway switch capable of interconnecting and interfacing multiple bands VHF, UHF, 400MHz, 700MHz, 800MHz, cell phone, telephone line, satellite phone, analog, digital, conventional and trunk-based radio; and must include the capability to interface Project 25 (P25) compliant communications devices. Must have a minimum capability to host five (5) interconnects and three (3) network groups or talk groups. Vendors interested in submitting a proposal must be on and have the equipment available from the U.S. General Services Administration (GSA) schedule. Proposed equipment must be all-inclusive; must be commercially available, include any required, applicabl e and appropriate federal certifications, include a warranty, technical support, installation support and setup, and training. The proposed equipment must have an established history of field operational use by a U.S. federal, state or local government ag ency. It is desired that the proposed equipment have performance characteristics that have been validated by an independent laboratory, government or commercial entity.. Commercial prototype equipment and equipment under development are not considered to have an established history o f operational use. The synopsis will be completed in two phases; Phase I as the proposal evaluation phase and Phase II as the demonstration phase. The most highly rated proposals from Phase I will be invited to demonstrate in Phase II. Proposals not selected for Phase II d emonstrations are rejected and will receive no further consideration. In Phase II vendors will be allowed to demonstrate their product, within a limited time constraint, in front of a panel of subject matter experts (SME). Phase II demonstrations will be at a place and time to be determined by the government. Phase II demonstrations will not exceed 30 minutes in length - strictly enforced. As there may be several vendors selected for demonstrations, the scheduled dates and times will not be adjusted to meet individual offeror requirements. Offerors invited to participate in the Phase II demonstrations will be notified of the location, date, and time. Funding or reimbursement will not be authorized for participation in these demonstrations or in preparat ion of the proposals. Offerors selected and invited to demonstrate will be required to fund all associated costs for participation. The demonstration will be evaluated against establish criteria by the SME panel. Products will be evaluated and selected b ased on the following criteria listed in equal order of importance: (1) Overall technical value of proposal equipment; (2) Potential contribution and relevance to the Commercial Equipment Direct Assistance Program; (3) Equipment currently being used by any federal, state or local agencies; (4) Companys production capability and proposed delivery schedule; (5) Equipment warranty; (6) Technical support; (7) If required, does the company provide installation and setup?; (8) Overall cost; and (9) Estimated yea rly cost for the typical user (law enforcement agency or first responder). Successful candidates from Phase II will be considered for inclusion in the CEDAP program. The final selections and consensus of the SME panel is final. There are no guarantees of contract awards or minimum purchases of equipment for those vendors selected to be in the CEDAP program. Offerors are not limited to one product; however, only one (1) proposal will be submitted per product. All proposals shall be submitted electronically and shall be submitted as Microsoft Word Windows Compatible or PDF format. All Proposals shall be in En glish and of length not to exceed ten (10) pages. No other information other than the ten (10) page proposal will be considered for this synopsis; any other material, brochures, pamphlets, or samples will not be considered. All submissions must have a ti tle page (page one) and must include the following: Title of Proposal, GSA number, administrative point-of-contact, mailing address, phone number, fax number and email address; and a technical point-of-contact, phone number, fax number and email address. The technical point-of-contact should be familiar with all technical or scientific aspects of the equipment and may be called upon to answer questions during the evaluation process. Page two (2) must include a short summary of the proposed equipment or pr oduct. The remaining eight (8) pages of the proposal must address the following items: technical, performance and operational details of the equipment; at least two references of a federal, state or local government agency that has used or is actively us ing the equipment (include the name of the agency, mailing address, relevant point-of-contact, phone number, fax number and email address); the warranty and technical support details; new equipment training; setup and installation support; cost of the item as a function of deliverable quantities. The cost must include the equipment item, warranty, technical support, new equipment training, setup, and installation. In addition, the proposal must include an estimated yearly cost for operating the equipment. For example, as it applies, th e yearly estimated cost could include software licensing fees, cell phone service needs specific to the equipment, expendables items, perishable or consumable items, calibration requirements, special federal or state regulatory testing or any other conside rations a law enforcement or first responder agency must manage as part of the normal use and operation of the proposed equipment. Proposals are due no later than 1200 noon (MT) on August 31, 2005 and will only be accepted via electronic mail at charles.fahs@us.army.mil. For information, contact Mr. Charles Fahs, Contracting Officer, at (520) 538-4895 or by electronic mail at charles. fahs@us.army.mil. Proposals and responses received after 1200 noon (MT) on August 31, 2005 are not in compliance and will not be considered under this solicitation. The government reserves the right to select all, some, or none of the responses to this s olicitation for demonstration or contract award. Offerors shall not request nor obtain a list of evaluators who will be grading the demonstrations. Those offerors selected for demonstrations will be notified by September 7, 2005.
 
Place of Performance
Address: ACA, South Region, Electronic Proving Grounds Special Programs Office, Bldg 55350 Ft. Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN00862490-W 20050806/050804212352 (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 |
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.