Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2002 FBO #0115
SOLICITATION NOTICE

70 -- Bomb Scene Response Reporting Kit (BSRRK)

Notice Date
3/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ-829177
 
Response Due
5/9/2002
 
Archive Date
5/24/2002
 
Point of Contact
Marsha Coffman, Contracting Officer, Phone 202-324-2457, Fax 202-324-3104,
 
E-Mail Address
itca.finance@fbi.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Investigation (FBI) intends to negotiate a fixed-price sole source indefinite quantity, indefinite delivery (IDIQ) contract for a base period and four (4) additional one-year options with Defense Group Inc., (DGI) 2034 Eisenhower Avenue, Suite 115, Alexandria, VA 22314, to provide a minimum of 820 CoBRA Response Kits and related technical support services to support the State/Local bomb squad mission to respond to incidents involving improvised explosive devices and weapons of mass destruction (WMD). It has been determined that DGI is the only source that fully meets the FBI's requirements for a portable incident management system. The FBI's minimum requirements for an incident management system are: (i) a system that is commercially available, supported, and deployed (e.g., the FBI will not accept developmental items); (ii) a system that can be produced in sufficient quantity to support a major rollout (up to 200 units per month); (iii) a system with past performance that demonstrates an operational track record in support of large events through multi-agency use; (iv) a system that integrates standard bomb data reporting requirements; (v) a system that is capable of integrated wireless transmission of intelligence information, procedures, reports, and evidentiary information; (vi) a system that integrates scanning, printing, and digital camera functionality; (vii) a system that integrates GPS and mapping capabilities; (viii) a system that is man-portable (entire kit must meet OSHA one-man carry limits); (ix) a system that is ruggedized for field use; (x) a system that includes an optional laptop having an intrinsically safe rating; (xi) a system with a software configuration that is remotely modifiable through a centrally managed administrator toolset; (xii) a system that is based on software currently in use by the entire response community, including Fire, HAZMAT, Law Enforcement, Federal, Military, and Commercial First Responders; (xiii) a system that is built on open architecture industry standards for data interchange, including XML; (xiv) a system incorporating software that does not require network connectivity for access to all included response data; (xv) a system that provides time tag tracking of all actions within the software; (xvi) a system that includes pre-loaded response data, including a comprehensive set of searchable databases on industrial chemicals, chemical and biological agents, and response guides and checklists. This notice of intent is not a request for competitive proposals. However all proposals received within forty five (45) calendar days after date of publication of this synopsis will be considered by the Government. This is a small business set-aside. The North American Industry Classification System (NAICS) code is 334 and the size standard is 500 employees. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. Due to national security and safety issues, the FBI's receipt of Bids and Proposals has been revised. Bidders and Offerors are prohibited from delivery of Bids and Proposals to any FBI facility. In addition, until further notice, the only acceptable means for submitting a Bid or Proposal will be through the United States Postal Service (USPS). The Bidder or Offeror shall be responsible for ensuring that the Bid or Proposal is sent either by registered or certified mail post marked by a USPS via Hand Stamp clearly showing the date of receipt by the USPS and Post Marked not later than the due date for receipt of the Bid or Proposal. Further, the Bidder or Offeror must also obtain a USPS Hand Stamp on a copy of the Bidder's or Offeror's submission letter. This document must be transmitted to the FBI Contracting Officer identified within the solicitation document by facsimile not later than the due date for the Bid or Proposal. Any Bid or Proposal sent to the FBI without having transmitted the facsimile copy of the submission letter to the FBI Contracting Officer by the due date will be considered late. The facsimile copy must be received by the respective Contracting Office no later than 4:30 p.m. on the due date for receipt of the Bid or Proposal. The term "Postmark" means a printed stamp, or otherwise placed impression (exclusive of postage meter machine impression) that is readily identifiable without further action as having been supplied and affixed on the date of mailing by employees of the United States Postal Service. Therefore, Bidders or Offerors should request the postal clerk to place legible hand cancellation bull's-eye postmark on the envelope or wrapper, the submission letter and the receipt. Bidders and Offerors are hereby notified that their Bids or Proposals will be received from the USPS at an FBI off-site location and that these Bids or Proposals may be opened for security/safety reasons and will be released and forwarded to the FBI Contracting Officer shown on the address label. The FBI recommends that all Bids or Proposals be page numbered and stated in the submission letter as to how many pages are included in the Bid or Proposal. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If no affirmative responses are received within 45 days after publication of this synopsis, negotiations will be conducted with DGI on a sole-source basis. Solicitation documents are not available.
 
Record
SN00047915-W 20020327/020325213148 (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.