SOURCES SOUGHT
63 -- Non-Intrusive Inspection Systems NIIS utilize X-ray or nuclear gamma technology to scan personnel, vehicles, and cargo containers for the presence of explosives, weapons, people or other contraband.
- Notice Date
- 6/28/2010
- Notice Type
- Sources Sought
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY10R0066
- Response Due
- 7/7/2010
- Archive Date
- 9/5/2010
- Point of Contact
- Sandra A. Privett, 407-384-5569
- E-Mail Address
-
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(sandra.a.privett@us.army.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- DRAFT STATEMENT OF WORK 1.GENERAL Non-Intrusive Inspection Systems NIIS utilize X-ray or nuclear gamma technology to scan personnel, vehicles, and cargo containers for the presence of explosives, weapons, people or other contraband. The Government currently has a requirement for up to ninety three 93 Vehicle/Cargo NIIS units and up to one hundred two 102 Personnel NIIS units for a total of one hundred and ninety five 195 NIIS units which will require integrated installation, New Equipment Training NET and sustainment support in Afghanistan. Additionally, up to two hundred and thirty four 234 Hardware Sets consisting of day/night cameras, command and control stations, environmentally protected work stations, biometric systems, barriers and protective shelters will be required to support integration of NIIS units into Entry Control Points ECPs located in Afghanistan. For each NIIS procured, the Government will require a fifteen 15 month Maintenance Free Warranty. This Warranty will include, but is not limited to, sustainment support, integration and new equipment training. Sustainment support will include, but is not limited to, scheduled and unscheduled repair and maintenance from the date of delivery. Contractor to provide equivalent replacement part prior to the item being returned for repair and or maintenance as to prevent minimal disruption to the mission. This is a five-year, Firm Fixed Price FFP Indefinite Delivery Indefinite Quantity IDIQ contract with a twelve-month base year and four option years. Delivery Orders will be awarded among selected contractors on a competitive basis based on Government requirements and funding availability. 2.SCOPE OF WORK The contractor shall provide all necessary labor, materials, and services required to procure and install up to ninety three 93 Vehicle/Cargo NIIS units and up to one hundred two 102 Personnel NIIS units for a total of one hundred and ninety five 195 NIIS and up to two hundred thirty four 234 hardware sets to support the integration of NIIS into Entry Control Points ECPs in Afghanistan. Initial Delivery Order for fourteen 14 Personnel NIIS is anticipated with delivery required within ninety 90 days after date of award. Numbers of remaining NIIS and hardware sets and required delivery schedules will be established in individual Delivery Orders. a.Vehicle/Cargo Scanner Requirements 1 Lower Energy X-ray systems may be required which utilize backscatter or a combination of backscatter and penetrating X-ray technology at low levels of power 225 to 450 Kev technology capable of penetrating a minimum of 0.25 inches of homogeneous steel with sufficient resolution to allow a trained operator to identify anomalies based on density and shape with ability to view images in gray-scale and color inside privately owned vehicle interiors or small to medium trucks or cargo containers while stationary or moving at speeds up to 10 kph 6 mph. They must be rugged and operate reliably under austere conditions with environmental extremes of fine particulate dust and temperatures of -20 degrees Celsius and +50 degrees Celsius; be capable of movement over primary, secondary, and un-maintained surfaces. If trailer mounted they must be compatible with standard military vehicles in terms of traffic ability, towing hitch, and power/light connections; be transportable by C-130, C-17, and C-5 aircraft with integrated tie down points sufficient for safe transport and be capable of sling load by military helicopter; be capable of operation using shore power of 230v AC +/- 5 VAC, 50/60 Hz Single phase with on-board power conditioning for operating scenarios where local power is deemed to be dirty; and include a generator which operates on JP8 preferred or diesel fuel to provide electrical power to the system. Preference is for systems which meet the American National Standards Institute ANSI 43-17-2002 standard for radiation dose per scan. They must be capable of operation by no more than two people and include a remote operating capability to a minimum of 500 feet from the system; and shall not be susceptible to electronic interference; or interfere with tactical radio or radar systems. 2 Higher Energy systems may utilize X-ray sources with power levels up to 1.2 Mev or gamma technology with sources at a minimum of 0.75 curies capable of penetrating a minimum of 5.25 inches of homogeneous steel with sufficient resolution to allow a trained operator to identify anomalies based on density and shape with ability to view images in gray-scale and color; inside medium to large size vehicles and cargo containers. Mobile or gantry systems may be required. If mobile, rugged, field deployable motorized or non-motorized preference would be for towed systems. If trailer mounted they must be compatible with standard military vehicles in terms of traffic ability, towing hitch, and power/light connections; be transportable by C-130, C-17, and C-5 aircraft with integrated tie down points sufficient for safe transport and be capable of sling load by military helicopter; be capable of operation using shore power of 230v AC +/- 5 VAC, 50/60 Hz Single phase with on-board power conditioning for operating scenarios where local power is deemed to be dirty; and include a generator which operates on JP8 preferred or diesel fuel to provide electrical power to the system. Preference is for systems which meet the American National Standards Institute ANSI 43-17-2002 standard for radiation dose per scan. If motorized they must be transportable by C-17 and C-5 aircraft with integrated tie down points sufficient for safe transport. Fixed site portal systems must be relocatable within 48 hours excluding transport time. All systems must be capable of operation by no more than three people and include a remote operating capability to a minimum of 500 feet from the system; and shall not be susceptible to electronic interference; or interfere with tactical radio or radar systems. 3 Personnel Scanners must utilize Backscatter X-ray technology to non-intrusively scan people for the presence of explosives, weapons or other contraband. They must meet the American National Standards Institute ANSI 43-17-2002 standard for radiation dose per scan with sufficient resolution to allow a trained operator to identify anomalies based on density and shape with ability to view images of the person being scanned in gray-scale and color. They must be rugged or be capable of being mounted into transportable containers with electrical power and heating and air conditioning capable of operating reliably under austere conditions with environmental extremes of fine particulate dust and temperatures of -20 degrees Celsius and +50 degrees Celsius; be capable of operation using shore power of 230v AC +/- 5 VAC, 50/60 Hz Single phase with on-board power conditioning for operating scenarios where local power is deemed to be dirty; and include a generator which operates on JP8 preferred or diesel fuel to provide electrical power to the system. They must include a remote operating capability to a minimum of 500 feet from the system and shall not be susceptible to electronic interference; or interfere with tactical radio or radar systems. b.The following types of integration will be required as specified in each individual Delivery Order: Integration of the personnel NIIS into ruggedized containers with electricity, heating and air conditioning, and a portal for access/egress; integration of the hardware sets prior to installation at ECPs; and integration of the NIIS and hardware sets into the ECPs. c. Testing of the systems and their components at the factory shall be successfully completed by the Contractor and observed by a representative of PM-FPS prior to Government acceptance and shipment of the system. Pre-Acceptance testing shall be conducted in accordance with the established testing procedure the manufacturer customarily employs for commercially sold units. d. Testing of the system and its components shall be observed by a representative of PM-FPS upon arrival in Afghanistan and successfully completed by the contractor prior to commencement of training. e. The Maintenance Free Warranty for Vehicle/Cargo Scanners and Personnel Scanners, hereby referred to as the Warranty, shall be covered for fifteen 15 months from the acceptance at contractors location. Maintenance shall be provided for a fifteen 15 month period following arrival of the NIIS in Afghanistan and include on-site scheduled preventive maintenance and unscheduled repairs, as required. Any required scheduled maintenance or repairs shall be accomplished with minimum interruption of system operation. f. The contractor shall provide New Equipment Training NET on the capabilities and operation of the installed system to site designated personnel. Training shall be hands-on, on-site, and include, but not be limited to, radiation safety, the capabilities, configuration, operation, operator testing, and troubleshooting of potential system problems. g. To operate most effectively the NIIS must be part of an operational ECP system. The ECP hardware is needed to complete the system. Hardware sets to support the integration of NIIS into Entry Control Points ECPs may include the following in quantities dependent upon the characteristics of the Forward Operating Base at which the ECP is located. "Day/night cameras that allow operation of equipment from a protected position in a standoff location "Command and control stations that allow one or two Soldiers to monitor all cameras, control vehicle and personnel barriers, and record all ECP events for future forensics and training "Environmentally protected work stations "Biometrics systems to allow rapid identification of personnel attempting to gain entry. Systems will have the capability for automated entry at active barriers. "Additional barriers and protective shelters to supplement already fielded systems as identified in the site work package layout and bill of materials. h. Commercial manuals on the operation of the system and/or its components shall be provided prior to system acceptance IAW CDRL A001. i. The contractor shall provide a Contractors Progress, Status & Management Report containing status of tasks, identification of technical or other problems, and proposed solutions. A report shall be provided until delivery/acceptance of the last system IAW CDRL A002. j. The Contractor shall implement and maintain an effective Quality Control Program to ensure requirements are performed in accordance with this SOW. The contractors quality control program is the means by which he assures himself and the Government that his work complies with the requirement of the contract. k. The Contractor shall ship in place at origin manufacturer's facility upon Government verification of successful completion of factory acceptance testing. The systems may be required to be securely stored for up to 120 days, at no cost to the Government. However, transfer of title and risk of loss or damage transfers to the Government upon approval of invoice/DD Form 250. l. The Contractor is required to purchase active RFID tags and provide them for each piece of equipment in lieu of passive RFID tags required in clause 252.211-7006 prior to Government acceptance of the systems. Specification for the RFID tags will be provided and contractor is not required to program active RFID tags as that will be accomplished at the transportation site and is the governments responsibility. m. The Office of the Assistant Secretary of the Army Manpower & Reserve Affairs operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower including subcontractor manpower required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. Contractors may direct questions to the CMR Help Desk at 703-377-6199, or contractormanpower@hqda.army.mil. The required information includes: 1 Contracting Office, Contracting Officer, Contracting Officers Technical Representative; 2 Contract number, including task and delivery order number; 3 Beginning and ending dates covered by reporting period; 4 Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; 5 Estimated direct labor hours including sub-contractors; 6 Estimated direct labor dollars paid this reporting period including sub-contractors; 7 Total payments including sub-contractors; 8 Predominant Federal Service Code FSC reflecting services provided by contractor and separate predominant FSC for each sub-contractor if different; 9 Estimated data collection cost; 10 Organizational title associated with the Unit Identification Code UIC for the Army Requiring Activity the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; 11 Locations where contractor and sub-contractors perform the work specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website; 12 Presence of deployment or contingency contract language; and 13 Number of contractor and sub-contractor employees deployed in theater this reporting period by country. As part of its submission, the contractor will also provide the estimated total cost if any incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web. Requirement IAW CDRL A003. 3.GOVERNMENT FURNISHED EQUIPMENT GFE AND GOVERNMENT FURNISHED DATA GFD. Access to commercial power sources, and any data on existing facilities will be provided by PM-FPS or units at Forward Operating Bases where NIIS are to be installed if request of the contractor. 4. Security Equipment Integration Working Group SEIWG Interface Control Document SEIWG-ICD-0101A, dated May 2009. Compliance with SEIWG-ICD-0101A will be mandatory. 5. SECURITY CLASSIFICATION. Work performed under this contract shall be Secret as specified on the DD Form 254 contained in the contract. 6. INVOICING: DD250/Invoices shall be sent to Ms. Sophia Williams, Office of the Product Manager, Force Protection Systems, 5900 Putman Road, STE. 1, Ft Belvoir, VA 22060 via Wide Area Workflow. 7. COMPLETION DATE: The performance period shall not extend past one year from contract award subject to execution of four option periods of one year each.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/03efe2df89c39e15292ab9d9d1f03bb3)
- Place of Performance
- Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: Sandra A. Privett, 13501 Ingenuity Drive Suite 248 Orlando FL
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN02190396-W 20100630/100628235401-03efe2df89c39e15292ab9d9d1f03bb3 (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 |