Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOURCES SOUGHT

23 -- Unmanned Ground Vehicle with Chemical, Biological, Radiological/Nuclear and Biological Threat Detection and Identification Sensor Capabilities - Request for Information

Notice Date
7/8/2020 12:22:38 PM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
CWMD ACQ DIV Washington DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70RWMD20RFI00000004
 
Response Due
7/22/2020 1:00:00 PM
 
Archive Date
08/06/2020
 
Point of Contact
Brendan Benisek, Phone: 2022588470, Jonathan Igwebueze, Phone: 2024470139
 
E-Mail Address
Brendan.Benisek@hq.dhs.gov, Jonathan.Igwebueze@hq.dhs.gov
(Brendan.Benisek@hq.dhs.gov, Jonathan.Igwebueze@hq.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Department of Homeland Security (CWMD) RFI# 70RWMD20RFI00000004 � Unmanned Ground Vehicle with Chemical, Biological, Radiological/Nuclear and Biological Threat Detection and Identification Sensor Capabilities --- Request for Information THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES, AND OTHER MARKET INFORMATION, FOR PLANNING PURPOSES, IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(E). All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers 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. This is a sources sought/RFI only. Responses to this RFI/Sources Sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered responses to a solicitation announcement. �Notice Date 7/8/2020 Notice Type Request for Information (RFI) NAICS 334519 � Other Measuring and Controlling Device Manufacturing PSC 2305 (Transportation and Logistics Services-Ground Effect Vehicles) NOTE: Responders to this RFI may suggest a more suitable PSC for this request. �Contracting Office Office of the Chief Procurement Officer, Office of Procurement Operations, Countering Weapon of Mass Destruction Acquisition Division, Washington, District of Columbia, 20528, United States ZIP Code 20528 Reference Number 70RWMD20RFI00000004 (This is a Request for Information only) �Point of Contact Brendan Benisek, Brendan.Benisek@hq.dhs.gov, 202-258-8470 Jonathan Igwebueze, jonathan.igwebueze@hq.dhs.gov, 202-447-0139 �Small Business Set-Aside No decision has yet been made regarding the small business strategy for a possible acquisition. Your response should identify your business size (large or small) in relation to the NAICS code provided in this RFI. The government is interested in all small businesses, including 8(a), Historically Underutilized Business Zone (HUBZONE), or Service-Disabled Veteran (SDV) Owned Small Businesses that are interested in and capable of performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), HUBZONE or SDV, small business). Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. �Description THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Nonetheless, submitters should properly mark their responses if the information is ""business confidential"" or ""proprietary information."" Submitters should note, if the information is confidential or proprietary, this information may be reviewed by government support contractors in conjunction with government officials. Further, respondents to this RFI should not anticipate feedback with regards to its submission other than acknowledgment of receipt, should the submitter request an acknowledgement. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. All submissions become the property of the Federal Government and will not be returned. Respondents are solely responsible for all expenses associated with responding to this RFI. INTRODUCTION The Department of Homeland Security (DHS) Countering Weapons of Mass Destruction Office�s (CWMD) mission is to counter attempts by terrorists or other threat actors to carry out an attack against the United States or its interests using weapons of mass destruction. To achieve these ends, CWMD continually develops and procures weapons of mass destruction (WMD) detection equipment for deployment by DHS and assists state/local/tribal/territorial law enforcement entities, as appropriate, to strengthen detection in various domestic pathways through which global commerce travels. The Department of Homeland Security�s CWMD Office seeks information to understand the current state of unmanned ground vehicles with Chemical, Biological, Radiological/Nuclear and Biological Threat Detection and Identification Sensor Capabilities as they relate to a set of desired characteristics detailed below. PURPOSE OF RFI The purpose of this RFI is to assist CWMD in understanding the current state of mature handheld standoff chemical detection/identification technologies from commercial or interagency sources that can provide a comprehensive, cost effective device to meet as many of the below desired characteristics as possible. DESIRED CHARACTERISTICS For this RFI, CWMD�s desired characteristics for an unmanned ground vehicle are: Technical Readiness Level:� Fully integrated Commercial Off the Shelf (COTS) system or a single system that can be fully built, integrated, and functional/operable for prototype/piloting purposes (TRL-7 or above) no later than December 31, 2020 Total system weight (UGV with all sensors/sub-systems) of less than 80 lbs. Ability to fully operate/function and maneuver in diverse, complex, rugged and extreme environments. Examples of potential environmental conditions: Unstructured terrain, rugged outdoor environments Indoor environments with obstacles Climb up/down stairs and climb up/down hills Air temperatures ranging from tropical climates (over 100� F) to near arctic conditions (-30� F) Day and night conditions Reduced visibility (less than 100 yards) due to smoke, haze, fog Confined spaces such as hallways, intermodal containers, interior spaces of vessels and offshore platforms when the danger of explosions and fires has been mitigated Actual or threatened contaminated environment involving HAZMAT or CBRN such as Low-level radiation environments, unknown toxic environments, oxygen deficient atmospheres, oxygen enriched atmospheres when the danger of explosions and fires have been mitigated, remote and logistically isolated environments, post-disaster environments and marine atmospheres. Modular, open system architecture that allows plug-and-play of a variety of CBRN detection/identification sensors. Ability to control, adjust, send, receive and transmit data to/from/between the UGV and mounted sensors and an external Operator Control Unit. System can operate under typical working conditions for 4 hours under a single battery charge 360-degree visualization sensors (cameras) for operating in high/low/no light conditions System can operate in R/F and GPS denied environments or in areas where the system is outside/beyond the controller�s line of side. Example: The system is inside of a building or structure and the controller/operator is outside. System can be operated with an external controller at a distance up to 1000 meters. System can manipulate objects in its immediate vicinity. Example:� turn door knobs, open unlocked doors, reach objects at various heights (ground level up to 6 ft high), lift/move objects up to 20 lbs. SUBMISSION INSTRUCTIONS RFI submissions should be limited to no more than 20 pages. Interested parties may submit separate responses for more than one system. Written responses must be in .pdf format. In response to this RFI, interested parties should provide the following information regarding their system: List all companies, groups or other entities/organizations that have collaborated (or will collaborate) in the creation/development of the system. Describe prior relevant experience creating/developing systems of this nature in this field. Picture(s), rendering(s), or links to videos of a system demonstration. A technical description of the system and its sub-systems and sensors to include a description of the systems current technical readiness as it compares to the desired characteristics described above. This may include product literature, links to a video demonstration, full product specifications, performance/agility/mobility data, or other documents, a description of previous testing and evaluation, discussion of test and evaluation standards the system or sub-systems has met/exceeded. Indicate whether the system meets or does not meet each of the desired characteristics listed above. For entries of �Meets� provide a brief explanation as to why and how the system fully meets a desired characteristic. For entries of �Does Not Meet� provide a brief explanation as to why the system does not fully meet a desired characteristic and describe to what extent the system does meet the desired characteristic.� Additionally, if the device is in development, indicate if there is a plan to meet the desired characteristic and provide the timeframe and cost for meeting the desired characteristic.� CBRN Sensors: List and describe what CBRN sensors the system has (or will have, if a fully-integrated and operable system with CBRN sensors is not yet built). List and describe what CBRN threats the system and its sensors can detect (with an emphasis on threatening, dangerous, toxic or otherwise hazardous materials and environmental conditions). If applicable, describe the sensitivity and distances at which the sensors can detect the CBRN threat. Provide sensor specification sheets and/or performance information. Describe the system�s ability to accommodate the addition of sensors using open systems architecture and any inherent costs or efforts required to integrate different sensors into the system.� List all government agencies that have purchased/fielded this system or a similar system from the respondent, if any. Provide information on any current/active USG contracting vehicles from which the system could be procured by DHS CWMD via interagency or other agreement. Provide information on any additional capabilities the system offers that may be of interest to DHS CWMD. Rough Order of Magnitude (ROM) Cost Estimate information: Provide an estimated unit price of the system, assuming a quantity of one, with no discounts. Provide an estimated unit price of the system, assuming a quantity of fifty, with no discounts. A description of the respondent�s production lead times and estimated production capacity, assuming monthly purchase orders and deliveries. Responses should be submitted via e-mail to Brendan Bensiek at Brendan.Benisek@hq.dhs.gov and Jonathan Igwebueze at jonathan.igwebueze@hq.dhs.gov no later than 4:00pm (Eastern) on July 22, 2020. The subject line of the email should contain the RFI number 70RWMD20RFI00000004. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please segregate proprietary information. Please be advised that all submissions become government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ddf2f2903dc84f368cbdd8488b93a76c/view)
 
Record
SN05715395-F 20200710/200708230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.