SOLICITATION NOTICE
A -- Prototype Fixed Site Cargo Inspection System
- Notice Date
- 6/28/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-05-PM-FPS
- Response Due
- 7/14/2005
- Archive Date
- 9/12/2005
- Small Business Set-Aside
- N/A
- Description
- The Product Manager, Physical Security Equipment (PM-PSE)proposes to acquire the design, installation, testing, and maintenance of a prototype fixed site cargo inspection system in support of a Department of Defense (DoD) Research, Development, Test and Evaluation (RDT&E)objective to evaluate backscatter X-Ray imaging technology on an other than full and open competition basis. Pursuant to 10 U.S.C. 2304(c)(1) award is intended for American Science & Engineering Inc. (AS&E), Bellerica, MA, who is de emed to be the only responsible source because of proprietary rights to Z-Backscatter technology. The prototype will be installed at the US Navy Port, Honolulu, HI and will be evaluated for its ability to meet the following objectives: detect threat materi al and contraband hidden in complex cargo loads, with penetration utilizing electrically generated X-Rays; capability to penetrate at least 10 of solid steel and 7.5 feet of water (penetration means a 2 X 4 X 8 lead brick can be detected in an image in either case); provide dual imaging capabilities utiliz-ing transmission X-Ray Imaging with minimum resolution of 2.5mm and Backscatter Imaging with inspection from both sides of the cargo and images simultaneously and spatially registered with the transmi ssion image; images presented using powerful image presentation and enhancement tools such as sharpen, mark-and-annotate, and density expansion; capable of inspecting a minimum of 20 trucks loaded with 20 containers per hour utilizing bi-directional scann ing; no sub-system or component shall be fixed, i.e. not movable within ten (10) minutes in any way such that it cannot be moved to allow normal traffic flow through the area of its operation; comply with radiation standards for a Cabinet Level Sys-tem and be capable of operation without any exclusion zones other than the in-spection tunnel; capable of operation by two people; capable of operation in typical subtropical or tropical environmental conditions, excluding extreme weather conditions such as typho on; not occupy an area greater than 900 square feet. The project will be completed in two phases over a period of 18 months to 2 years. Phase 1 will consist of the conduct of a site survey and procurement of long lead time items required. Phase II shall co nsist of the integration and installation, test, and maintenance of the system. The Government anticipates a Firm Fixed Price contract, which will be developed jointly between the Government and AS&E consistent with Alpha contracting procedures contained i n the Federal Acquisition Regulation (FAR). Therefore,a formal solicitation will not be issued. Specifications, plans or drawings related to this procurement are not available and cannot be furnished by the Government. This notice of intent is not a reques t for competitive proposals. However, interested persons may identify their interest, fully identify their capability, and submit (via e-mail) responses or comments to Amanda.Pafford@cacw.army.mil within fifteen (15) calendar days of publication of this sy nopsis.
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN00838052-W 20050630/050628212323 (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 |