Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
DOCUMENT

A -- Mobile Platform Radiation Detection Systems (MPRDS) – Multiple System Assessment - Sample Bailment Agreement

Notice Date
1/30/2009
 
Notice Type
Sample Bailment Agreement
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RDSE0900021
 
Archive Date
3/17/2009
 
Point of Contact
Tracy C Miller,, Phone: 202-254-7027
 
E-Mail Address
tracy.c.miller@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security (DHS), Domestic Nuclear Detection Office (DNDO) Systems Engineering and Evaluation (SE&E) Directorate, is soliciting manufacturers interested in supplying commercially-available gamma-ray Mobile Platform Radiation Detection Systems (MPRDS) with neutron detection capability for an upcoming test campaign focusing on technical performance and operational suitability. The scheduled tests will characterize each MPRDS’ performance in field-like conditions using radiological sources under operationally relevant scenarios. The results from these tests will be made available to the submitting vendor, as well as to interested government (Federal, State, and local) officials, subject to classification guidelines. Information Sought The manufacturer must submit a Capabilities Statement providing documentation that the MPRDS meets the following DNDO acceptance criteria. MPRDS shall be: 1. Able to detect and identify gamma emitting isotopes; 2. Equipped with a neutron detection capability; 3. Capable of performing in both stationary and mobile operations; 4. Capable of scanning a variety of conveyances; 5. Fully integrated into the vehicle; 6. Capable of downloading data to external locations; and 7. Equipped with an internal alarm. Additionally, MPRDS should be: 1. Able to report health status and system errors; 2. Able to distinguish threat and non-threat isotopes; 3. Capable of radiological mapping; 4. Capable of alerting the operator on which side of the vehicle the source is detected; and 5. Equipped with an external alarm/annunciation. MPRDS that do not meet the above acceptance criteria will not be allowed to participate in the test. Manufacturers Responsibilities: 1. Manufacturers will be responsible for shipping their MPRDS to the test site, including payment for shipment. 2. Manufacturers should be aware that equipment may be damaged during testing, and the Government is not responsible for equipment damage. Participating vendors assume the risk of equipment damage. 3. At the conclusion of testing, the equipment will be returned at manufacturer expense in the condition the equipment is in at the conclusion of the testing. Neither DHS/DNDO nor its agents will be responsible for the condition of the equipment returned to the manufacturer. 4. As a condition for participating in this testing program, each manufacturer must agree in advance to hold harmless all of these parties for the condition of the equipment. A bailment agreement will be used to set forth the terms and conditions under which the Government agrees to accept such equipment for testing. Instruction to Responders Documentation included with each submission should address operability and maintainability in operational environments. Each respondent shall identify its business size. The associated North American Industry Classification System (NAICS) code is 541990. All documentation, white paper, test reports, specification, drawings, etc. shall be submitted in pdf format. The Capability Statement should discuss the following: 1. Full description of the system, including gamma and neutron detectors, and associated detection capability. 2. Storage, communications and transfer of data using common protocols from the sensor to a remote and/or central monitoring location. Information about software used for data transfer and analysis shall be provided. 3. A detailed description of the data output format. Information shall be provided about the different files created by the system. 4. User notification of alarms. Submissions should describe clearly how operators are notified of an alarm. The various alarm modes must be discussed, whether they are audible, visual or both. Submissions also must discuss how alarm notification may be shut off locally and be transferred to a remote location for resolution. 5. Operations and system’s susceptibility in the presence of strong electromagnetic fields. 6. Sustainable operations in a field environment. 7. Appropriate levels of internal security. 8. Backward compatibility with existing technologies and capability to support emerging and future technologies. 9. Integration of legacy rad/nuc detection and identification systems. 10. Interoperability with existing Federal command, control, and communication systems. 11. Performance against appropriate standards such as, but not limited to, the American National Standard Performance Criteria for Radiation Monitors Used for Homeland Security to include: oN42.43-2006 American National Standard Performance Criteria for Mobile and Transportable Radiation Monitors Used for Homeland Security 12. Results of any additional test appropriate to radiation systems. 13. Gamma and neutron detection efficiencies shall be provided for static and dynamic measurements. If the system has identification capabilities, the instrument library and energy range of measurement shall be provided. 14. Angular response of the system shall be provided. Additional participation and testing conditions are as follows: 1.Interested manufacturers will provide to DHS/DNDO: 1) one system to be tested, 2) complete instruction manuals with operating/set-up instructions, 3) a sample output file, 4) performance test data if available, 5) a list of specifications, training materials, packing list, and 6) contact information for a technical representative. 2. The manufacturer shall provide a technical representative for on-site training prior to testing. 3. A comprehensive radioactive material and sealed radioactive source tracking program is in place at the test site. The manufacturer must provide advance notice and disclosure regarding any and all radioactive material, including sealed radioactive sources, which may be shipped with or as part of your MPRDS. 4. The MPRDS must be shipped in operational configuration as no changes to the system other than alarm level settings will be permitted during testing. 5. Any MPRDS having a wireless capability must have the option to disable that capability in the field or it must be disabled by the manufacturer. 6. All testing will be conducted by DHS/DNDO designated operators. 7. Subject to classification guidelines, manufacturers will receive test results for their systems. 8. The test is currently scheduled for the May time period. All manufactures will be notified of their acceptance for participation in the test 45 days prior to the test date. MPRDS must be received at the test site no later than 21 days prior to the beginning of testing and will be shipped back to the manufacturer within 10 days after the conclusion of testing. Only equipment received by the deadline will be tested. Manufactures will be notified of any changes to the test schedule. A sample of the Bailment Agreement is attached to this RFI. However, the selected manufacturers will be contacted via e-mail by the DHS/DNDO Contract Specialist who will request the completed Bailment Agreement and will provide the detailed shipping and logistics instructions. Manufacturers shall NOT send equipment to the test site without being contacted by DHS/DNDO Contract Specialist first to execute a Bailment Agreement. Equipment received without a properly executed Bailment Agreement will be returned C.O.D. to the manufacturer. All questions and responses should be sent to the Contract Specialist, Tracy Miller via email at Tracy.C.Miller@dhs.gov. Responses are due no later than 4:30 PM (local Eastern Time) on 2 March 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f7b725d23194aaf5d59f1f0d8475e0f3&tab=core&_cview=1)
 
Document(s)
Sample Bailment Agreement
 
File Name: Sample Bailment Agreement (Bailment Agreement (2)- Sample.doc)
Link: https://www.fbo.gov//utils/view?id=abed780016d7833df863761ba41f89d8
Bytes: 43.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 245 Murray Lane, Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN01741777-W 20090201/090130221403-f7b725d23194aaf5d59f1f0d8475e0f3 (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.