SOURCES SOUGHT
49 -- Maintenance and Technology Support Services - RFI Brief Summary
- Notice Date
- 2/24/2011
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- 20060799
- Archive Date
- 3/25/2011
- Point of Contact
- Monica Y. Watts, Phone: 202-344-2938
- E-Mail Address
-
monica.watts@dhs.gov
(monica.watts@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- RFI Brief Summary Title: Maintenance and Technology Support Services for Post-Warranty Radiation Isotope Identification Devices (RIIDs), Radiation Portal Monitors (RPMs), and other specific Non-Intrusive Inspection (NII), Gamma Imaging/X-ray Equipment listed in this RFI. Purpose: Department of Homeland Security (DHS), Customs and Border Protection, Office of Information Technology (OIT), Enforcement Technology Program (ETP) hereby issues the following Request for Information (RFI). The applicable North American Industry Classification System (NAICS) is 334511. The applicable size standard is 750 number of employees. CBP is seeking responsible sources with current, relevant qualifications, capability, and demonstrated experience who can perform corrective and preventative maintenance services which meets the original equipment manufacture (OEM) maintenance requirements on the equipment specified below: Type Equipment Model Large NII X-Ray M6500 Large NII X-Ray P7500 Large NII Gamma Imaging Mobile VACIS Large NII Gamma Imaging Mobile VACIS Small NII X-Ray RTR4 Large NII Gamma Imaging VACIS II Large NII Gamma Imaging Mobile VACIS Large NII Gamma Imaging Pallet VACIS Large NII Gamma Imaging Portal VACIS Large NII Gamma Imaging Rail VACIS Small NII X-Ray RTR4 Equipment Cont'd: Type Equipment Radiation Detection Equipment (RDE) RPM Lane RDE RPM System RDE Mobile RPM Objective: To find a qualified list of contractors who can perform corrective and preventative work on the specific identified equipment to meet original equipment manufacture (OEM) maintenance requirements standards. Responses Requested: ETP would like the following questions answered in this RFI: 1) Name of Potential Contractor who is able to perform this work. Contractors shall also provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, 2) Would your Company consider bidding on this work? 3) On a scale of 1 to 10, with 10 being the highest interest, please rate how interested you are on bidding this contract. 4) Are you a small business, SDBs, HUBZone or 8A concern? Please provide proof of qualifications 5) Provide a short summary (two pages or less) of your potential approach to this type of contract and meeting the specific maintenance requirements for the identified equipment and your experience managing similar contracts with similar equipment. The summary shall also address the following: i. Provide an explanation of how your company will access the latest software and equipment updates and modifications for this specialized equipment. ii. Does your company have access to the source code and programming rights on the Radio Isotope Identification Devices (RIIDs), Radiation Portal Monitors (RPM) and Vehicle Cargo Inspection System (VACIS) systems? If not, provide an explanation on how your company would get the work performed. iii. Is your company a licensee for providing maintenance to VACIS systems under the applicable Sealed Source and Device Registry and for performing work on the GR135s under a Nuclear Regulatory Commission distribution license? Opportunity : ETP is seeking information from potential contractors on their ability to provide this service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the DHS in determining potential levels of competition available in the industry. ETP envisions the Contractor's ability to perform the following as key tasks: 1) Maintain high Operational Availability (A o ) of specified ET Equipment 2) Provide Preventive Maintenance (PM) of specified ET Equipment. 3) Perform or ensure Corrective Maintenance is performed on specified ET Equipment. 4) Perform Corrective Maintenance (CM) with low customer wait times on specified ET Equipment. Instructions and Response Guidelines: Absolutely no telephones calls will be accepted. Please submit questions to Monica Watts at monica.watts@dhs.gov, by no later than 3:00 pm, Wednesday, March 2nd, 2011. RFI responses are due by 3:00 pm on Thursday, March 10 th and shall be limited to a total of 2 pages; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format. Both sides of the paper may be used. The subject line shall read: Support Services for Post-Warranty Radiation Isotope Identification Devices (RIIDs), specific Non-Intrusive Inspection (NII), Gamma Imaging/X-ray Equipment, and Radiation Portal Monitors (RPMs) : NO SOLICITATION EXISTS AT THIS TIME. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by ETP as market research and will not be released outside of the ETP Contract Team. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. The information being requested on a voluntary basis and as such, the government will not reimburse any respondents for any information that is submitted. To minimize administrative costs, it is recommended that interested parties provide information they currently have, tailored to the specific requirements described. To ensure the procurement integrity of any possible procurement resulting from this sought notice, the names and contact information of personnel in the CBP Program Office will not be released. Moreover, requests for appointments will not be granted. information received will be used to develop the acquisition strategy for competing the requirement. All data marked or designed as corporate or proprietary information will be fully protected from unauthorized disclosure outside of the government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized in the Federal Business Opportunities (FedBizOpps) website and the DHS procurement web page. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI, or future RFP. Your responses to this notice are appreciated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20060799/listing.html)
- Place of Performance
- Address: Various CBP Field Locations, United States
- Record
- SN02387089-W 20110226/110224234641-d7ffe8c38924c1c09acee8c988f6851c (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 |