SOURCES SOUGHT
66 -- Mailroom X-Ray System
- Notice Date
- 7/7/2011
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-11-T-0046
- Point of Contact
- Lynn W. Conatser, Phone: 910-432-1246, Gloria Harris, Phone: 910-432-6978
- E-Mail Address
-
lynn.conatser@soc.mil, harrisgl@soc.mil
(lynn.conatser@soc.mil, harrisgl@soc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC) seeking to identify 8(a), HUBZone, Service Disabled Veteran Owned Small Business, or Small Business Firms capable of providing the following: Brand Name or Equal to Rapiscan 628DV SPECIFICATION FOR PARCEL/X-RAY INSPECTION SYSTEM 1. Description The system allows mail personnel to examine packages, cargo, and mail to scan items for explosives, weapons and contraband. 2. PHYSICAL SPECIFICATION a. The system should not exceed 184 inches in length with dual capability to scan items. b. The system should not exceed 8 feet in Height excluding monitor (if position on top) c. Tunnel size should be high with at least 39 inches wide and 39 inches high d. Conveyor Belt speed should be at least 39 feet per min in either direction e. Conveyor must be easy load with a low belt no more than 14 inches from the floor and able to hold weights up to 365 lbs f. The system power requirements: 115/230/ VAC+/-10%/60/50 hz 3. PERFORMANCE AND GENERATOR SPECIFICATIONS a. System shall provide horizontal and vertical view of the object being scanned b. Able to penetrate steel up to 28mm c. Wire resolution of 38 awg d. Distinguish differences in density by showing color variations e. Generator cooling will be sealed oil bath with forced air f. Anode voltage will operate at 160kv g. Tube Current 1.0 mA 4. OPERATING ENVIRONMENT a. Storage Temperature: -20 degree C-50 Degree C b. Operating Temperature: 0 Degree C to 40 Degree C c. Relative Humidity: 5 to 95% Non-Condensing 5. HEALTH AND SAFETY a. System must comply with applicable national Health and Safety regulations including USA, FDA X-Ray Systems Standards b. Must comply with Health and Safety at Work Standards Act 1974 Outer surface: Maximum radiation exposure while machine is running cannot be above the public dosage. 6. TRAINING CAPABILITIES a. Software capable of training users on reconginiition of possible weapons and explosives b. Software capable of training users. Interested parties are requested to submit technical specifications and product data information. Provide delivery times and indicate whether your company is a manufacturer or not. The anticipated North American Industry Classification Standards (NAICS) is 33419, Professional and Management Development Training with a size standard of 500 employees. Contractors interested in performing these services should be registered in Central Contractor Registration (www.ccr.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and any additional documentation such as company literature and brochures. Responses shall be submitted electronically via email to lynn.conatser@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 4 PM EST on 15 July 2011. For information regarding this notice, contact Ms. Lynn Conatser via email at the address above. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents to this request will NOT be notified of the results. However, a solicitation based on the results of this notice will be issued. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-11-T-0046/listing.html)
- Place of Performance
- Address: USASOC, Fort Bragg, North Carolina, 28310, United States
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN02492259-W 20110709/110707235416-eb6f944f76f5553989397e6ae9b329f6 (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 |