SOURCES SOUGHT
66 -- Handheld Backscatter Imaging Systems
- Notice Date
- 2/23/2018
- Notice Type
- Sources Sought
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- 19AQMM18N0036
- Point of Contact
- Joonpil Hwang, Phone: 571-345-0583, ,
- E-Mail Address
-
hwangj2@state.gov, IP_Contracting_Team@state.gov
(hwangj2@state.gov, IP_Contracting_Team@state.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice for information only. This sources sought is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation, and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The U.S. Department of State, Bureau of International Security and Nonproliferation (ISN) Nonproliferation and Disarmament Fund (NDF), is seeking potential sources capable of a construction project as follows: The Contractor shall deliver and install nine (9) ruggedized, self-contained, compact, lightweight handheld backscatter imaging systems to NDF customers in Egypt, and train Egyptian personnel in their use. The Contractor shall manufacture, ship, provide operational instruction, and provide standard one-year warranty support for all equipment. At a minimum, the handheld backscatter imaging system shall be capable of the following: •Scanning targets such as vehicle bumpers, tires, panels and interior of vehicles and containers in such a manner as to be both safe to personnel and effective as a means of detecting contraband such as arms, drugs, ammunition and explosives; •Scan utilizing x-way photons source no greater than 120 kilo electron volts (KeV) •Providing photo-like images of scanned targets through 1mm to 2.5mm thick steel; •Self-contained operations in a dry, hot, desert climate; capable of operating in environments from -35 degrees Fahrenheit to 135 degrees Fahrenheit •Weigh less than 9.5 lbs; •All equipment shall be warranted against defects in materials and workmanship for a period of at least one year from the date of installation. Extended warranty coverage shall be proposed as a separately priced option. Following equipment delivery, the Contractor shall train host country end-users in equipment operation and basic maintenance. At the conclusion of training, host country end users must have adequate knowledge and reference resources necessary to operate the equipment safely and effectively, interpret imagery, and conduct routine maintenance on the equipment. This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement will be published on FEDBIZOPPS. RESPONSES DUE For the purposes of this acquisition the applicable NAICS code is 334517. Responses are requested no later than 09 March 2018 at 12:00 PM EST. Direct expression of interest as well as required documentation should be submitted in writing, via email, to IP_Contracting_Team@state.gov and Joonpil Hwang at hwangj2@state.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. RESPONSE SUBMISSION INFORMATION All potential sources with the capability to provide the requirements referenced in this sources sought are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. The Government will not answer technical questions or provide additional technical information at this time via this sources sought notice. 1.Responses to this RFI shall include the following: •A cover sheet which includes: •Company Name •Address •Point of Contact •E-mail Address •Phone Number •DUNS Number •Primary Business and Market Areas •Business Size and Socioeconomic Status (if applicable) 2.Relevant Project Experience (two (2) page limit): •The potential offerors need to demonstrate they have experience within the last five (5) years, manufacturing handheld backscatter imaging systems which meet the minimum qualification specified and have experience in delivery and maintenance of handheld backscatter imaging systems within and outside of the U.S. •Experience described above needs to include the offeror's role, primary contractor or sub-contractor. Each project experience needs to include the contract number, the US Agency or private company that awarded the contract and contract monetary value. •The potential offerors need to document experience in coordinating with US and host nation government(s) to mitigate and solve potential issues; 3.Capabilities of Successfully Manufacturing required Handled Backscatter Imaging Systems: •Ability to demonstrate a broad understanding of the product with experience in the customization and installation in providing the required handheld backscatter imaging systems as defined above. •Ability to provide the following: schematic diagram/design drawings of the handheld imaging systems; components and subcomponents comprising the handheld imaging systems, •Ability to provide and deliver required imaging system to projects located in Egypt; •Ability that, should a solicitation be issued in the future for this requirement, offerors should declare if the offeror is applying as a primary contractor, a joint venture or partnership or other as applicable to their submission. •Ability that, should sub-contractors figure into an offeror's plans, the offeror will be expected to specify what percentage of work will be tasked to assigned sub-contractors. Period of Performance The contractor shall: •The Handheld Backscatter Imaging System shall be delivered to all sites within 12 months after receipt of the order. •All end-user training shall be completed prior to acceptance of the systems.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/19AQMM18N0036/listing.html)
- Place of Performance
- Address: Nine (9) different locations throughout Egypt, Egypt
- Record
- SN04833718-W 20180225/180223231940-d7f32f6e38f543e890bdcf9b494096c0 (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 |