Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

63 -- Research and Development

Notice Date
8/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
DAAB1502R1003
 
Response Due
9/5/2002
 
Point of Contact
Mary Byrd, 703-325-1714
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(mary.byrd@cacw.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Product Manager, Physical Security Equipment (PM-PSE) proposes to acquire the design, installation, testing, and maintenance of a prototype fixed site cargo inspection system in support of a Department of Defense (DoD) Research, Development, Test and E valuation (RDT&E) objective to evaluate backscatter X-Ray imaging technology on an other than full and open competitive basis. Pursuant to 10 U.S.C. 2304(c)(1) award is intended for American Science & Engineering Inc. (AS&E), Billerica, MA, who is deemed t o be the only respon-sible source because of proprietary rights to Z-Backscatter technology. The prototype will be installed at the US Navy Port, Honolulu, HI, and will be evaluated for its ability to meet the following objectives: detect threat mate-rial and contraband hidden in complex cargo loads, with penetration utilizing electrically generated X-Rays; capability to penetrate at least 10 inches of solid steel and 7.5 feet of water (penetration means a 2 inch X 4 inch X 8 inch lead brick can be detected in an image in either case); provide dual imaging capabilities utilizing transmission X-Ray Imaging with minimum resolution of 2.5mm and Back-scatter Imaging with inspection from both sides of the cargo and images simul-taneously and spatially registered with the transmission image; images pre-sented using powerful image presentation and enhancement tools such as sharpen, mark-and-annotate, and density expansion; capable of inspecting a minimum of 20 trucks loaded with 20 foot containers per hour utilizing bi-directional scan-ning; no subsystem or component shall be fixed, i.e. not movable within ten (10) minutes in any way such that it cannot be moved to allow normal traffic flow through the area of its operation; comply with radiation standards for a Cabi net Level System and be capable of operation without any exclusion zones other than the inspection tunnel; capable of operation by two people; capable of operation in typical subtropical or tropical environmental conditions, ex-cluding extreme weather cond itions such as typhoon; not occupy an area greater than 900 square feet. The project will be completed in two phases over a period of 18 months to 2 years. Phase 1 will consist of the conduct of a site sur-vey and procurement of long-lead time items requir ed. Phase II shall consist of the integration and installation, test, and maintenance of the system. The Government anticipates a Firm Fixed Price contract, which will be developed jointly between the Government and AS&E consistent with Alpha contracting procedures contained in the Federal Acquisition Regulation (FAR). Therefore, a formal solicitation wil l not be issued. Specifica-tions, plans or drawings related to this procurement are not available and cannot be furnished by the Government. This notice of intent is not a request for competitive proposals. However, interested persons may identify their in terest, fully identify their capability, and submit (via e-mail) responses or comments to Mary.Byrd@cacw.army.mil within fifteen (15) calendar days of publication of this synopsis. Point of Contact Mary Byrd 703-325-1714 Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington at Mary.Byrd@cacw.army.mil
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-WA-A, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00140708-W 20020816/020814213700 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.