Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2012 FBO #3791
SPECIAL NOTICE

23 -- Mobile Laboratory

Notice Date
4/9/2012
 
Notice Type
Special Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
12-RFI-040912
 
Archive Date
5/17/2012
 
Point of Contact
Lynda M. Theisen, Fax: 703-632-8480
 
E-Mail Address
Lynda.Theisen@ic.fbi.gov
(Lynda.Theisen@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Bureau of Investigation (FBI) issues this Request for Information (RFI) to conduct market research for information and planning purposes to determine the existing market capability of businesses to provide a Mobile Laboratory (ML). The Government intends to award a contract under a separate solicitation, but with this notice wants to obtain capabilities, delivery, or other market information for planning purposes. All interested, capable, and responsible are encouraged to submit a response to this notice. INTRODUCTION The Laboratory Division of the Federal Bureau of Investigation (FBI) is developing requirements for a mobile laboratory for the triage of hazardous samples and evidence. Responses to this Request for Information (RFI) will be used to formulate final requirements for an FBI Mobile Laboratory (ML) and to identify qualified manufacturers and vendors capable of meeting those requirements. The description below outlines preliminary requirements envisioned for the ML. Respondents should identify their capabilities that would help fulfill the currently envisioned ML requirements as well as any alternative ideas that would improve current concepts. The information gathered will be used to formulate final requirements, which will subsequently be posted in a solicitation for competitive bids. Background Crime scene investigations involving chemical, biological, and radiological (CBR) materials present special difficulties for evidence collection, packaging, and transport. Such scenes may require unusually extensive laboratory analysis both for forensic and safety purposes. Any recovered CBR materials must be analyzed along with traditional forensic evidence that is potentially contaminated with CBR agent. In addition, extensive environmental analysis may be necessary either to provide hazard awareness during evidence collection or to reconstruct contamination events and thereby establish facts of a case. The Operational Response Section (ORS) of the FBI Laboratory is responsible for investigating hazardous crime scenes. Currently, evidence and samples collected from contaminated environments are packaged and transported for analysis at appropriate laboratories. Although this approach is functional, experience has shown that it has severe limitations that impede efficient sample processing including 1) limited laboratory capacity for large sample numbers, 2) limited locations of suitable laboratories, and 3) a lack of analytical methods specific to the law enforcement mission. Processing efficiency would be greatly improved with the availability of a mobile analytical capability that could be situated at or very near large CB investigation sites. In the past, sample analysis bottlenecks have been obviated by introducing methods in which sample collectors partially processed samples at the search site before they were transported to the laboratory for presumptive identification of the analyte, which sufficed under the circumstances and facilitated rapid actionable results. Concept of operation. The ML should be versatile and convertible enough to allow for chemical and biological agents when required. The ML should be purpose-built; designed to accommodate the specific analytical needs that may be encountered. High sample throughput should be a primary consideration for facility design and choice of analytical systems. Analysis will be limited to samples previously rendered non-hazardous or minimally hazardous by dilution, extraction, or other treatment prior to entering the facility. Lightweight containment equipment suitable for the hazard level will be chosen. Analytical information should be interpreted in the context of a search as quickly as possible because of the amplified hazards and costs associated with hazardous crime scenes. A geographical information system (GIS) is required for rapid assimilation of sampling data. The GIS may be stand-alone, or integrated with a separate facility via appropriate communications equipment. Requirements : The government requests that the contractor or contractors provide either all or a portion of the following: mobile laboratory platform (vehicle or tent system), analytical equipment and related methods, containment equipment and methods of use, administrative space and materials, communications equipment, utilities, installation, and initial training for use. Options for mobile triage facility platforms. Several platforms will be considered including tents, vans, mobile containers, trucks up to 24 ft., and trailers to 45 ft. Engineering controls : (a) Secondary containment equipment. The laboratory structure must contain a system that ensures that air exhausting from the facility is not hazardous. Systems will be considered that filter biological and chemical agents. Air handling systems must be easy to clean and decontaminate. Some primary containment equipment cannot operate properly unless the surrounding airflow and pressure is within specific limits. Since the secondary containment system determines the airflow and pressure of the working environment in the structure, the system must be chosen considering the performance requirements of the primary containment equipment. Engineering controls : (b) Primary containment equipment. A mobile laboratory platform with purpose built primary containment equipment is preferred over retrofitting. Containment equipment for CB materials may include Class III glove boxes, Class II Biological Safety Cabinets (BSC), chemical fume hoods. Lighter materials may be suitable if available, including aluminum and plastic. Laboratory construction materials: The laboratory space in a mobile facility should be constructed of material that is durable and resistant to chemical degradation. The construction should be such that the number and depth of seams, crevices, and difficult to reach surfaces are minimized. Surfaces should be easy to clean and decontaminate. If possible the entire interior should be amenable to gas decontamination (e.g., vaporous hydrogen peroxide, chlorine dioxide, formaldehyde). Electrical. A mobile facility should be able to generate sufficient electricity for stand-alone operations and be able to use external electric sources. The on-board electrical supply should be able to support adequate interior and exterior lighting, communications equipment, climate control, and all containment and analytical equipment that may be used simultaneously. An uninterruptible power supply is required to provide adequate time for contingency operations in the event of power failure. Water and plumbing. The mobile facility should contain a stand-alone water supply and be able to use an external water supply. One or more sinks is required with adequate chemical and biological waste storage as well as a waste decontamination or removal system. Waste removal. A mobile facility must include features that permit safe disposition of any solid or liquid waste that may be generated. Analytical and ancillary laboratory equipment. Subject matter experts from the chemical and biological disciplines will identify specific analytical equipment required for a mobile triage facility. Primary analytical equipment will be chosen based on its suitability for specific analysis requirements, sample throughput, ease of use, durability, and cost. Method development and equipment acquisition may be part of an ongoing process separate from the acquisition of a mobile triage facility. Standard laboratory equipment required to support the chosen analytical methods will be supplied on an as needed basis. Administrative work area, communications, evidence/sample tracking, and mapping. The mobile facility must contain sufficient on-board secure communications capability to facilitate continual receipt of instructions and reporting of results without the need for facility personnel to exit the workspace. The facility must be efficiently integrated into the sample tracking system for the crime scene and must contain an administrative work area to support the tracking and communication functions. Data generated from laboratory analysis can often be placed into context by two- or three-dimensional mapping of results at the crime scene. This function will require integration with a separate facility. ****All questions regarding this RFI shall be submitted by email to Contracting Officer at Lynda.Theisen@ic.fbi.gov. THIS NOTICE IS FOR PLANNING PURPOSES ONLY, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. DISCLAIMER : This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.202(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI marked proprietary will be handled accordingly. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. HOW TO RESPOND : Firms that wish to respond to this RFI shall provide the following information: (1) a brief summary of the responder's ideas and suggested improvements being offered in response to this RFI, (2) a statement indicating an interest and the capability to provide the services as described, (3) a technical approach to perform the required services described above; (4) Rough order of magnitude of the cost for a ML as described in the RFI. DESCRIPTION OF INFORMATION REQUESTED All vendors with an appropriate product or products are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the product's capabilities as they relate to the potential requirements. Vendors with a GSA schedule should provide the contract number of that schedule. In your response please identify solutions that require custom design and those that can be met with commercial off-the-shelf products (COTS). Please include product names and indentifying numbers of COTS products. Responses shall be limited to no more than 20 pages with 12 point font, not including cover letter, cover page, and table of contents. In additin reponses shall include company name, size, technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry. Please submit responses via email in Microsoft Office Format by 4:00 on May 2, 2012. If mailing a response please send the information to the FBI Laboratory, 2501 Investigation Parkway, Quantico, VA 22135, Attn: Lynda M. Theisen. NOTE : Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and the FBI may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/12-RFI-040912/listing.html)
 
Record
SN02716963-W 20120411/120409234620-88a8338c6f370c150dcbb656ad2461eb (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.