SOURCES SOUGHT
63 -- Commercial Off-The-Shelf (COTS) Radiation Portal Monitoring System
- Notice Date
- 3/29/2012
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- RFI_DNDO_Radiation_Portal_Monitoring_Systems_00001
- Archive Date
- 5/1/2012
- Point of Contact
- Mandy Wylie, Phone: 202.254.7230
- E-Mail Address
-
Mandy.Wylie@dhs.gov
(Mandy.Wylie@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Commercial Off-The-Shelf (COTS) Radiation Portal Monitoring System THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP or Broad Area Announcement (BAA). Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgment of receipt - IF a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any supply or service. DHS DNDO Product Acquisition and Deployment Directorate (PADD) is not seeking proposals at this time. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Not responding to this RFI does not preclude participation in any future RFP or BAA. If a solicitation is released, it will be via the Government-wide Port of Entry (GPE) at (http://www.fedbizopps.gov). It is the responsibility of the potential responders to monitor the website for any information that may pertain to this RFI. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government and will not be returned. 1.0 Description The Department of Homeland Security (DHS) Domestic Nuclear Detection Office (DNDO) is conducting targeted market research to determine available sources for a current, state-of-the-art, radiation portal monitor system. The information provided in response to this RFI will support acquisition decisions for the Radiation Portal Monitor Program within DNDO. 2.0 Objective The DNDO is taking a commercial-first approach in seeking commercially available solutions to fill the needs of DHS Components in the area of radiation/nuclear (rad/nuc) detection. Specifically, this RFI seeks technical information on commercially available Radiation Portal Monitoring Systems that can detect radiological/nuclear threats in conveyances that transition through land and sea ports of entry (POEs.) and could supplement or supplant current deployed fixed radiation panel monitors (RPM) detection systems. The vendors who submit information will also need to demonstrate readiness to participate in a government COTS Performance Characterization Test (i.e., evidence that key system capabilities have been tested at the system-level in a relevant operational environment.). Vendors are requested to respond to this notice if they are interested in providing this type of product. 3.0 Information Sought This RFI seeks commercial sources of RPMs for immediate deployment at land and sea ports of entry that use technologies other than helium-3 for neutron detection. Information solicited by the Government in this RFI will assist the Government in identifying the sources and solutions that are available (as is) in the market place or are available in the market place with (minor) modifications that exhibit the minimum set of operational capabilities. The responder must offer information for a commercially available solution that is at technology readiness level (TRL) of 9 (i.e., actual system completed and "operationally qualified" through test and field demonstration) and a manufacturing readiness level (MRL) of 9 (i.e., manufacturing process in place for full rate production). Specifically, this RFI seeks information on relevant technologies, capabilities, and concepts in the following deployment vectors: • Land border crossings (i.e., car and truck traffic) • Seaport terminals (i.e., truck traffic moving sea containers) • Mail and Express Consignment Courier Facilities (i.e., could be a single panel configuration) • Air Cargo Terminals (i.e., air cargo containers) From the standpoint of radionuclide and associated activity levels of interest, Table 4 in ANSI 42.35-2006 (American National Standard for Evaluation of Radiation Detection Portal Monitors in Use in Homeland Security) provides an initial starting point of interest. Please note this RFI is not interested in a System Integrator, or a company that has no technology or system design available. Responders can refer to the instructions below for specific information requested. 4.0 Submission Requirements 4.1 General Submission Requirements Responders should adhere to these instructions for responses. In general, formatting should include Times New Roman 12 point font, single spaced, 8.5 x 11 inch paper, with 1-inch margins. All submissions must be made electronically (as described below), and be in either Adobe PDF or Microsoft Office Word. Responders are encouraged to avoid use of excessive marketing lexicon, submission of marketing brochures and other unnecessary sales literature. Responders are to describe in clear and concise language the capabilities of their system to meet the Government's requirements set forth in this RFI. Please include the following in the RFI response: a. Cover Page (1 page) 1. Title (please reference the RFI # somewhere in the document title) 2. Organization 3. Responder's technical and administrative points of contact (names, addresses, phone and fax numbers, and email addresses) b. Response Body (up to 30 pages plus tables) 1. Executive summary (maximum 4 pages). 2. Provide a system-level description of the solution. Include a list of system physical components (e.g., gamma sensor and dimensions as well as the technology used for neutron detection), nomenclature, occupancy sensors, picture/representation of the system, and model number as appropriate. 3. Describe the possible configurations that can be used: (1) single panel, (2) two panels, and (3) the full system configuration. Discuss the conductivity under these different configurations. 4. Provide a data table of the major characteristics related to the radiation detection of the system being proposed (e.g., gain stabilization, energy calibration techniques, multichannel analyzer channels, energy resolution, minimal detectable activities, systems reporting on state of health, power requirements, gamma and neutron detector efficiencies, algorithm modes of operation [e.g., energy windowing or gross count]) 5. Provide a summary of testing performed on the system, when testing was conducted, who conducted the testing, where the testing was conducted, what test data is available, and demonstrate readiness to participate in a government COTS Performance Characterization Test (i.e., evidence that key system capabilities have been tested at the system-level in a relevant operational environment). 6. Describe how the system's algorithm will address the variation of the background and background suppression during conveyance occupancy as it passes through the portal. 7. Describe the system's algorithm, alarm criteria, and associated integration times related to the alarm criteria. 8. Describe the algorithm replay tool for gamma and neutron detection (and isotope identification if applicable) that can be used to model and simulate the threat space, nuisance alarms, background variations, and electronic affects (e.g., gain drift and electronic noise). Describe any work performed to validate the modeling. 9. Provide a general price sheet; include any special pricing offers, warranties, annual maintenance plans, etc., along with a description of any warranties, discounts, or other terms and conditions. 10. Provide any relevant GSA schedule information. 11. Provide the name or names of any federal agency that has previously procured the subject item. 12. Address whether the responder is amenable to executing a bailment agreement to allow the Government to conduct performance and suitability testing. 13. Provide a description of the supplier's manufacturing capability. 14. Provide a description of the supplier's manufacturing/production capability, including how many units per month could be manufactured, if request 15. Provide vendor distribution, logistics (depot maintenance) strategy, and technical support capabilities. 16. Provide inherent reliability of the system. 17. Describe strategy for handling parts obsolescence issues. 18. Describe the approach to configuration management and addressing product improvement. 19. Provide customary practices and examples for customizing, modifying or tailoring the items to meet customer needs (e.g., algorithm/alarm criteria). 4.2 Submission Date The due date for receipt of responses to this RFI is 3:00 PM, EST, April 16, 2012. DHS reserves the right to review late submissions but makes no guarantee to the order of or possibility for review of late submissions. DNDO reserves the right to review late submissions but makes no guarantee to the order of, or possibility for review of late submissions. 4.3 Submission Method Responses shall be submitted, via e-mail ONLY, to mandy.wylie@hq.dhs.gov AND willie.lindsey@hq.dhs.gov. Please include the RFI Title and # in the subject line of your submission and include contact information. Please be advised that all submissions become the property of the DNDO, and will not be returned. If the responder has questions, please provide them via the email addresses no later than 5:00 EDT, April 11, 2012 5.0 Proprietary Information Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid DHS, please segregate proprietary information. Please be advised that all submissions become the property of the Federal Government, and will not be returned. 6.0 Response Evaluation Responses to this RFI may be evaluated by Government technical experts drawn from staff within DHS DNDO and other Federal agencies. The Government may use selected support contractor personnel to assist in the evaluation. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source-selection information. 7.0 Information Exchanges For the purpose of the market research ONLY, DNDO may invite specific vendors to participate in one-on-one market research sessions after receipt and initial evaluation of written responses to learn more about the market place, commercial practices, and commercial performance metrics.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RFI_DNDO_Radiation_Portal_Monitoring_Systems_00001/listing.html)
- Record
- SN02708952-W 20120331/120329235301-161053ef547623e91786a4f6e29d08a1 (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 |