Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2009 FBO #2784
SOLICITATION NOTICE

63 -- Technical Investigative (TI) Surveillance Products

Notice Date
7/9/2009
 
Notice Type
Presolicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-09-Q-00371
 
Archive Date
8/3/2009
 
Point of Contact
Carrie A Herndon, Phone: 202-447-5559, Asli Wright, Phone: 202 447-7083
 
E-Mail Address
carrie.a.herndon@dhs.gov, Asli.wright@dhs.gov
(carrie.a.herndon@dhs.gov, Asli.wright@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION TITLE: Technical Investigative (TI) Surveillance Products Issuance Date: July 10, 2009 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgment of receipt – IF a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any supply or service. DHS is not seeking proposals at this time. Responders are advised that the U.S. Government will not pay any costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. 1.0 DESCRIPTION The Department of Homeland Security is seeking information on several critical areas involving covert surveillance equipment for use by Federal law enforcement agencies. Surveillance equipment of interest includes audio and/or video as well as any additional emerging technologies that could be potentially utilized by authorized Federal law enforcement agencies for covert investigative operations. This equipment will be employed in multiple configurations, depending on the operational scenario for the covert collection of evidence. The equipment can consist of transmitters, covert transmitters, receivers, and repeaters operating in the authorized Federal radio spectrum and may include integrated digital recorders. In addition, ancillary equipment offered may include stand alone digital recorders, break-wires, beacons and trackers. All proposed products shall be in a mature state of development to be considered. Key characteristics to determine the quality and effectiveness of the equipment design and function for this requirement include: Interoperability Modularity of design, Covertness Clarity of video and audio reception and power requirements including heat dissipation. This is not an RFI for products under Research and Development. 2.0 PURPOSE OF THIS RFI Through this RFI, DHS is seeking responses to determine the capability of the market to provide innovative technologies that will meet authorized covert Federal law enforcement investigation objectives. 3.0 CAPABILITY STATEMENT SUBMISSION Interested parties are requested to submit a Capability Statement addressing the following: 3.1 Product Class and Description (Two (2) page maximum for each Product Class. All page limitations are based on single sided pages, 8.5 x 11 inch paper, single spaced, with 12 pitch Arial or Times New Roman font and 1 inch margins.) Product Class is defined as a type of technology, such as, “video”, “audio”, or “emerging technology.” The Vendor may include more than one product within a class. Identify the Product Class and provide the product name and description(s) within that class, including brief summary of salient product characteristics, uses, capabilities and known limitations for each product. Only products in a mature state of development should be listed. 3.2 Vendor Capabilities (Two (2) page maximum) Define Vendor capabilities and resources available to provide the following: a.Production – vendor facility and manpower capacity and limitations in meeting Government production requirements under a five year multi-million dollar, multi-agency IDIQ contract (estimated >$25 M per year) b.Engineering – product modification for covert concealments c.Training – instruction in proper product use and troubleshooting d.Maintenance – product repair or preventive maintenance, when needed. e.Warranty – standard product warranty 3.3 Vendor Information - Security/ Size of Firm (One (1) page maximum) a.Security – Vendor’s current security clearance level or ability to acquire security clearances for production and contractor personnel in a timely manner. b.Size of Firm – number of employees, total revenue for 2007 and estimated for 2008, and size standard in accordance with FAR Part 19 c.Small Businesses Only – If you are a small business in accordance with FAR Part 19, provide a brief explanation of how your firm would meet anticipated production requirements referenced in 3.2.a. above. Solution may include teaming arrangements, etc. Product catalogs may be submitted as an attachment and will not be included in overall Capability Statement page count. 4.0 SUBMISSION INSTRUCTIONS Interested parties are required to address ALL of the points identified in 3.0 above. Only electronic submissions will be accepted. Electronic files larger than 5 MB shall be broken down into multiple files with no one file exceeding 5 MB. Each electronic submission shall include: a.RFI number and “Capability Statement” in the Subject Line b.If the submission includes more than one electronic e-mail, please include the file number and total files being submitted (e.g., File 1 of 4, File 2 of 4, etc.) in the Subject Line c.In the body of the e-mail, include a Point of Contact (POC), phone number and e-mail address of the person to be contacted regarding any correspondence between the Government and the Vendor. This person should be a primary contact and capable of addressing questions or issues associated with the submission and content of the Capability Statement. d.Include a brief summary of e-mail content, Vendor name and firm’s mailing address e.The Capability Statement attachment Capability Statements shall not exceed the number of pages stated in 3.0 for each topic, excluding Cover Page. All Capability Statements shall be submitted to Carrie Herndon, Contracting Officer, at the following e-mail address, RfiEICapabilityStatement@dhs.gov no later than 5:00 pm EDT July 31, 2009. Capability Statement receipt time will be determined by the recorded time of receipt in the above e-mail box. In the event submissions include multiple electronic files, all files must be received in the electronic mail box by the due date specified above to be considered timely. Questions regarding this RFI shall be in writing and may be addressed to Carrie Herndon, Contracting Officer, or Asli Wright, Contract Specialist using the RfiEICapabilityStatement@dhs.gov e-mail address. Please include the words “RFI Question” in the subject line of your e-mail. The deadline for submitting questions is 5:00 pm EDT July 24th, 2009. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid DHS, please segregate and mark proprietary information. Please be advised that all submissions become the property of the Federal Government, and will not be returned. Responses to this RFI may be evaluated by Government technical experts drawn from staff within DHS and other Federal agencies. The Government may use selected support contractor personnel to assist in the evaluation. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source selection information. This action will be governed under DHS law enforcement sensitive guidelines.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-09-Q-00371/listing.html)
 
Place of Performance
Address: This is an RFI. Place is to be determined., United States
 
Record
SN01870145-W 20090711/090709235825-95d5b130c3ec4aae031e94d23b734aae (fbodaily.com)
 
Source
FedBizOpps 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.