Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2010 FBO #3105
SOURCES SOUGHT

58 -- RFI for Mobile Non-Intrusive Inspection System (RMNIIS)- Detection System

Notice Date
5/24/2010
 
Notice Type
Sources Sought
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410I5002
 
Response Due
6/15/2010
 
Archive Date
6/30/2010
 
Point of Contact
Fred Cartes 540-658-8469LaWanda Morton 540-658-9136
 
Small Business Set-Aside
N/A
 
Description
Request for Information On the Rugged Mobile Non-Intrusive Inspection System (RMNIIS) The Marine Corps Systems Command Mine Resistant Ambush Protected (MRAP) Detection Systems Program Office is issuing this Request for Information (RFI) to determine the availability of sources capable of providing a Rugged Mobile Non-Intrusive Inspection System (RMNIIS). This RFI is for planning purposes only and is not a solicitation. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government will not be responsible for any costs incurred by interested parties responding to this RFI. Any information the vendor considers proprietary should be clearly marked as such. The MRAP Detection Systems Program Office is seeking a manufacturer who is capable of providing the production, delivery, and sustainment of RMNIIS systems. The MRAP Detection Systems Program Office anticipates the solicitation and award of a contract to service as many as ten (10) RMNIIS systems from June 2010 to March 2011. This effort will be pursued as a Commercial-Off-The-Shelf (COTS)/Non-Developmental Item (NDI), firm fixed price, indefinite delivery/ indefinite quantity contract pursuant to Federal Acquisition Regulation 2, which provides the standard definition of a COTS/NDI. The RMNIIS will be used in military and police security operations at checkpoints and entry control points in Afghanistan to identify concealed weapons, contraband, ordnance, and bulk explosives. The desired preference is for a towed system capable of operating on primary, secondary, and unimproved road surfaces that uses low dose radiation for detection of organic and inorganic materials, inspection of vehicle interiors, including cargo areas (empty and filled with mixed cargo) and engine compartments. The primary movers of the RMNIIS will be MRAP Vehicle variants. The RMNIIS effort has been initiated to produce and deploy a commercial type highly rugged mobile inspection system that will fulfill the following requirements. The RMNIIS shall be capable of imaging with sufficient resolution for minimally trained operators to identify 22.73 kg (50 lbs) of bulk explosives or a single 155mm shell through complex cargo (preferred) or privately owned vehicle interiors. The RMNIIS shall be capable of scanning stationary vehicles and vehicles moving up to 11.2km/h (7.0 mph) at a distance of up to 3.75 m (12.30ft), not to exceed three minutes per scan of a 40 foot shipping container containing complex cargo or personal vehicle while still occupied without harming its occupant(s). Tactical lighting is required. The RMNIIS shall be capable of remote operation by wire at a minimum of 300 meters and must be fully operational within 30 minutes of location arrival. The RMNIIS must not contain an active radiation source and shall be transportable on C-130, C-17, or C-5 aircraft with integrated tie down points that meet transportation requirements. The RMNIIS shall have the ability for the operator to view images in gray-scale or color and have the capability to export stored images with operator comments to Microsoft Office products. The RMNIIS shall operate on military JP8 fuel, commercial diesel fuel, electricity (110/220V 50/60Hz AC and/or 28V DC) and shall be of a size and configuration that does not draw undue attention to its intended application, and is of similar design to systems previously or currently deployed by the United States military. It is desired the RMNIIS use a tactical trailer type already deployed by the U.S. military. The RMNIIS must not be susceptible to electronic interference with tactical radio or radar systems and must operate reliably under austere conditions with environmental extremes of fine particulate dust and temperatures of -20 to +50 degrees Celsius. The RMNIIS shall be able to operate under its own power (i.e. a generator). The RMNIIS shall have minimal impact on manpower requirements of physical security or force protection operations with a preferred manpower requirement not to exceed two individuals. Support of the RMNIIS will be Contractor Logistics Support in worldwide locations as required, including areas where U.S. and coalition forces are engaged in military operations. Identified personnel will be required to meet CENTCOM MOD deployment requirements. Responses to this RFI should not exceed 10 pages and must contain at a minimum the following:?A positive statement of interest to submit a proposal as a prime contractor on a future solicitation for this service ?Evidence of at least three (3) recent experiences in work similar in type and scope to include contract numbers, project titles, dollar amounts, and percent of work performed, description of work performed, and points of contact with current telephone numbers.?Video output and display resolution, power requirements (startup vs. steady state [continuous]) for individual subsystems and total overall system level, overall system weight(s), physical dimensions, Cool down time, Warm up time, detection capability, system reliability, shock tests, time to operate, radiation type, detector/sensor type, ability to display and distinguish between organic and inorganic matter under inspection, operating altitudes, environmental limitations, data transfer rate, data transmission capabilities (category of transmission cable or fiber optic cable). Responses are due by 15 June 2010. Both e-mail and mail submittals will be accepted. Please send e-mail responses to the Contract Specialist, Frederick.Cartes@usmc.mil. Mailed responses should be sent to: Fred Cartes, Contract Specialist, JPO-MRAP, 50 Tech Parkway Suite 203, Rm 209 Stafford, VA 22556.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410I5002/listing.html)
 
Record
SN02157810-W 20100526/100524234208-d5c2999abceb7a5e788e030baacea0da (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.