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
SOURCES SOUGHT

63 -- Explosives Detection System for Casts, Headwear, Back Braces, and Footwear

Notice Date
7/9/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS04-09-I-ST2208
 
Archive Date
8/25/2009
 
Point of Contact
Victor H Carden, Phone: 571-227-4834, Adam D Freimanis, Phone: 571-227-5695
 
E-Mail Address
Victor.Carden@dhs.gov, Adam.Freimanis@dhs.gov
(Victor.Carden@dhs.gov, Adam.Freimanis@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
<h4>Description</h4> REQUEST FOR INFORMATION ON EXPLOSIVES DETECTION SYSTEM FOR CASTS, HEADWEAR, BACK BRACES, AND FOOTWEAR Request for Information (RFI) The Transportation Security Administration (TSA) is requesting information and conducting market research for threat detection technologies that can identify explosives on persons wearing casts, prostheses, back braces, headwear (such as turbans and wigs), and footwear. The preliminary goal for this system is the capability to detect and alert airport Transportation Security Officers (TSOs) to the presence of potential explosives concealed in the above listed items, with minimal impact on the individual and without requiring the individual to divest their headwear, prosthetic, back brace, or footwear. Threat objects to be detected by TSOs include a myriad of military, commercial, and homemade explosives or explosive devices. The technology should also have the capability to detect other harmful or hazardous materials. TSA invites vendors to submit non -proprietary information that identifies the current or potential capabilities of their company's threat detection technology. It is important to note responses to this RFI are solely for the purpose of market research. Responses submitted to the TSA do not constitute pre-competition nor will they be evaluated in any way. Likewise, this RFI does not represent an official Acquisition Plan, nor does it commit the U.S. Government to any course of action in the future. This RFI is issued solely for market research, planning, and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. Upon submitting a response to this RFI, each respondent agrees that any cost incurred by it in responding to this request or in support of activities associated with this RFI shall be the sole responsibility of the respondent. The Government shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI. Responses must be structured as follows: Information Requested The capability statement in the response to this RFI should include the following topics as a minimum: Vendor Information: •1. Company Name/Division, •2. Business Size •3. Point of Contact (POC)- •a. Name, •b. Phone number, e-mail address, and •4. Device model name(s). Product Information: •5. A technical description that identifies how the system works; •6. A concept of operations that describes how the system could be used; •7. A description of the current level of maturity of the detection technology in the system; •a. Screening capabilities •b. Screening duration (time required for screening) •c. Screening device articulation capabilities (ability to screen immobile person from head to toe) •d. Power requirements •e. Device emissions •f. Safety compliance •8. A description and supporting documentation of any company-conducted or sponsored test results that summarizes their testing process and assessments of detection rate, false alarm rates, throughput rate, and threat identification libraries if applicable; and •9. A brief technical explanation of system operation. •10. A brief description of the system's potential limitations (i.e., throughput rate, number of false alarms, items or persons that can be scanned vs. those that or recommended should not) •11. Projected product unit cost Responses should be submitted no later than thirty (30) days after the posting of this announcement. Attachments (test reports, product brochures) may be submitted and will not be included in the page limit. Unsolicited proposals submitted in response to this RFI will not be considered nor reviewed. Based upon the response submitted, TSA may request the respondent to host a site visit, to observe manufacturing processes and observe system in operation. Responses shall be prepared using 12 pt font, 1 inch margins, and 8.5" by 11" paper and shall not exceed 10 pages in length, including all images, data displays, charts, graphs, and tables. Offers must submit their information in electronic versions to Adam Freimanis Adam.Freimanis@dhs.gov and Victor Carden Victor.Carden@dhs.gov in either read-only Word or.PDF format. <h4> All interested parties should direct their questions to Points of Contacts listed below: </h4> Victor Carden, Contract Specialist, 571-227-4834 or Adam Freimanis, Contracting Officer, 571-227-5695
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS04-09-I-ST2208/listing.html)
 
Place of Performance
Address: U.S. Department of Homeland Security, TSA Headquarters—West Building, 10th Floor, TSA-25, Arlington, Virginia, 20598-6025, United States
Zip Code: 20598-6025
 
Record
SN01870060-W 20090711/090709235651-6da865d6ba8be5cb940cfa99ed19bd2e (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.