SOURCES SOUGHT
66 -- Portable Drug/Chemical Analyzer
- Notice Date
- 3/28/2014
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
- ZIP Code
- 20537
- Solicitation Number
- DJD-14-N-0007
- Archive Date
- 4/26/2014
- Point of Contact
- John Girard, Phone: 2023077259
- E-Mail Address
-
John.C.Girard@usdoj.gov
(John.C.Girard@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- This RFI is issued solely for information, planning purposes, and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. This RFI does not commit the Government to contract for any supply or service. The Drug Enforcement Administration (DEA) is not at this time seeking proposals. The purpose of this RFI is to seek industry information about existing commercially available portable controlled substances and chemical identification system. This RFI is not seeking information about commercially available portable controlled substances and chemical identification systems which are in the developmental phase. DEA consistently seeks to obtain information and comments from industry that will provide the agency with insight into market conditions and/or scientific advances that will aid in the refinements of requirements and the formation of an acquisition strategy for portable controlled substances identification systems. This RFI is designed to conduct market research to determine the current level of technology and availability of such technology in the current market. DEA is interested in obtaining information related to existing, fully developed, and integrated commercially available portable controlled substances identification systems technology described in the following sections. Small businesses are encouraged to respond to this RFI in order to assist DEA in determining the potential level of interest, adequate competition, and technical capability of the Small Business community to fulfill this requirement. However, responses to the RFI are solicited from all interested parties. REQUIREMENTS: The DEA has a requirement for a portable controlled substances system that can operate in the field during investigations in which controlled substances are seized. The system must be portable so that investigators can easily transport the system to the location of a seizure, and be of a nature that doesn't require extensive scientific training or certification, and can be operated safely. The system should be robust enough to prevent damage under routine and reasonable use by investigators in the field. The resulting identification must be scientifically sound to support a presumptive identification of the seized substance. The system must have the field capability to positively identify all schedules of controlled substances and listed chemicals commonly seized during the course of criminal investigations, principally traditional pharmaceutical drugs such as synthetic and semi-synthetic opioids, benzodiazepines, amphetamines, and similar, and pre-cursor and other listed chemicals. In addition, this device would ideally be able to detect non-pharmaceutical substances such as heroin, cocaine, methamphetamine, synthetic cathinones and cannabinoids, and others. The system should be able to detect these substances whether in pure form or in combination with other ingredients, and in both powder and pill/tablet form. The system should be able to complete the analysis of the material through clear plastic bags. The system should also include a drug library consisting manufacture's imprints, labels and photographs. The system should be able to provide immediate results on-site to investigators in a manner that is recordable and reproducible, allowing investigators to download and store reports using commonly utilized software such as Microsoft Word or the like. The report should be erase-protected to ensure that each report file is downloaded for use by investigators as evidence prior to erasure. Likewise, the system should have the ability for investigators to completely erase files from the systems memory with some protection to prevent inadvertent deletion. The system should have an updateable substance identification library which is updated by the manufacturer at frequent intervals. User should be able to apply substance identification library updates through downloadable files. The manufacturer should provide technical support capabilities for the portable controlled substance and chemical identification system. The system should be covered against manufacturing defects. RESPONSES: This is a Request for Information (RFI). This is not a solicitation, award or request for proposals and does not obligate the Government to award a contract. The DEA will not be responsible for any cost incurred by interested parties in responding to the RFI. Any and all associated costs shall be expended solely at the expense of the responder. Unsolicited proposals or offers of any kind will not be considered in response to this RFI. All information received in response to this RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFP, as well as those regarding the nature of the services to be performed under any future initiative will not be accepted. Responses must include the following information: Company name; mailing address; physical address; point of contact(s); telephone number, fax number; email address; Federal Tax Identification Number, DUNS number; NAICS code; company business size (if small indicate type); and GSA schedule number (if applicable), and must be registered in Systems for Award Management ( www.SAMS.gov ) to be considered for this requirement. 1. A corporate or company capability statement between one and 5 pages that includes relevant experience within the last three years. Relevant experience is defined as possessing the experience described in the "Requirements" section above. The capability statement should include a technical description of the system hardware and maintenance and other contractor support services required for the Government use and support of all items related to the system. 2. A representative sample of contracts your firm was awarded to provide the requirements as described in this notice within the past three years. For each contract listed include the type of contract; total estimated value; contract period of performance (e.g., base and number of option periods); customer (i.e. federal agency) and respective point of contact (e.g., point of contact's name, phone number, and email address). 3. Published documentation about the system to include manuals, white papers and other technical documentation (if available). The Government encourages creativity and innovation in responses to the RFI. Any questions about this RFI should be submitted in writing to John Girard no later than 11:00 a.m. local Eastern Standard Time on April 4, 2014. Answers to general questions will be provided under an amendment to the RFI and posted on FBO. Answers to vendor specific questions will be provided directly to vendors. Interested parties are requested to submit the above requested information directly via e-mail to: John.C.Girard@usdoj.gov no later than 11:00 a.m. local Eastern Standard Time on April 11, 2014. Any responses received after the closing date will not be considered. No literature will be returned to responding sources and each source is solely responsible for all expenses associated with submitting their literature. All information will be kept confidential and will not be disseminated to the public. This sources sought synopsis neither constitutes a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Request for a solicitation will not receive a response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-14-N-0007/listing.html)
- Record
- SN03323225-W 20140330/140328234344-6476faf6462cd31491c3d5ee44b5a5c7 (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 |