Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2004 FBO #0772
SOURCES SOUGHT

66 -- Air Force Baggage Scanners

Notice Date
1/6/2004
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (AMC/LGCF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
Reference-Number-FA4452-XRAY-010604
 
Response Due
1/20/2004
 
Point of Contact
Tammie Shelton, Contract Specialist, Phone (618) 256-9962, Fax (618) 256-5724, - Nancy Jurke, Contracting Officer, Phone (618) 256-9963, Fax (618) 256-5724,
 
E-Mail Address
tammie.shelton@scott.af.mil, Nancy.Jurke@scott.af.mil
 
Description
THIS SYNOPSIS IS ISSUED FOR INFORMATIONAL AND DEMO PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. Air Mobility Command is conducting market research and requesting information from industry on leasing radiographic inspection systems (x-ray) for screening passenger baggage. The aim of inspection is to detect all types of firearms, knives, daggers, and similar weapons and all types of explosive devices including plastic explosives. A radiographic inspection system (x-ray) specification containing relevant salient characteristics of required x-ray equipment is described as follows: (1) Resolution. The system shall be able to detect 38 American Wire Gauge (AWG) solid copper wire. (2) Contrast Sensitivity. The system shall be able to clearly distinguish all 10 levels of a step wedge and the 24 AWG wire under the 5/16 inch step (fifth step). Step wedge made of ASTM # 1100 aluminum or equivalent shall be used. It shall be 10 inches long by 4.0 inches wide and shall consist of ten (10) 1.0 inch by 4.0 inch steps. The first step shall be 0.062 (1/16) inch thick and the successive steps shall have thicknesses that are whole number multiples of thicknesses of the first step. A 24 AWG tinned solid copper wire with plastic insulation shall be shaped into a sinusoidal curve and affixed length-wise to the bottom plastic sheet. The plastic sheet shall be 11.0 inch long by 4 inch wide. The plastic sheet and the 24 AWG wire shall extend 1.0 inch from the step wedge at the thin end. (3) Penetration. The penetration shall be a minimum of 27mm steel. (4) Power Requirement. The system shall be capable of operating equally efficiently from these power supplies; 105 ? 250 VAC, 50 ? 60 HZ. The change over from 115 to 220 VAC shall be readily and easily accomplished without the need for special tools other than fuses and/or circuit breakers and/or the line power cord. The system shall also be capable of converting/adapting to foreign countries power requirement. (The requirement 210 ? 250 VAC 50 is optional and should not be provided, unless it is requested by the Government or it is provided by the contractor at no cost to the Government. The foreign country power requirement is also considered optional and should not be provided unless specified by the Government.) (5) Conveyor System. A power conveyor system shall be provided to transport passenger baggage through the inspection process. This conveyor system shall operate smoothly without permanent deformation or noticeable deflection of the structure when loaded with items totaling a weight of 300 pounds. The conveyor system shall transport items 45 inches in length by 21 inches in width and by 24 inches in height without contacting any part of the structure. (6) Digital Storage. The system provided shall have the capabilities of digitally capturing, storing, and transferring of color images. The system provided shall have an internal storage system i.e. hard drive, as well as transferable storage system, i.e. disk drive (flash card or 3 ? in floppy disk) system. The system shall have a minimum digital storage of 1,280 x 1,024\24 bits with 256 grey tones. (7) TV Monitor. One (1) 17 inch minimum SVGA color monitor with smooth image display shall be provided. The monitor shall be capable of being mounted directly to the detection system or by the use of a mounting adapter. (8) System Controls Keyboard. The system shall be provided with an ergonomic designed control keyboard. All functions of the system shall be controlled by this keyboard. (9) Outside Dimensions. No single dimension of the system shall exceed; Length 120 inches, Width 50 inches, and Height 60 inches. Their may be requirements for systems that do not meet these dimensions. If a requirement exists for smaller systems, the specific dimensions will be provided by the government. (10) Conveyor Length. The specific requirements exist for the conveyor length will be provided by the government. If requirements exist for an entrance and exit system, other than a conveyor system, the specific requirements will be provided by the government. (11) Conveyor Height. The height to which the baggage must be lifted to the entrance system shall not exceed 32 inches. (12) Image Detection System. The Image Detection System shall be capable of detecting; All types and sizes of firearms, knives, daggers, and similar items. All types of explosive devices including plastic explosives, blasting caps, detonators, etc. The Image Detection System shall be able to detect these elements in bulk quantities as well as in trace quantities. (13) Zoom Capability. A zoom control that allows the operator to magnify a selected area of the radiographic image for closer viewing shall be provided. The zoom capability shall allow for a maximum zoom of 16X. (14) Threat Image Projection (TIP). The system shall have the capability of using a software package that randomly inserts fictional threat image items into the X-ray image of the actual item undergoing screening. This process will aid screener alertness and threat recognition skills. The TIP software package will allow for an individual to log on and log off of this feature. (15) Operating Temperature and Humidity. The system shall be capable of operation at temperature range of 0O to +122O F (0O to +450O C) at humidity at a range of 10 to 90% non-condensing. (16) Operational Standards. The Radiographic Inspection System shall comply as a minimum with all the requirements of the U.S. Federal Aviation Administration Standards, ?Use of X-ray Systems? (Fed Standard 14 CFR 108.17 and 14 CFR 129.26). (17) Health and Safety. The Radiographic Inspection System shall comply as a minimum with all requirement of the U.S. Bureau of Radiological Health Standards for Cabinet X-ray Systems (Fed Standard 21 CFR 1020.40). In addition to these requirements, the system shall also comply with the following; The term ?safety interlock? is to be defined as: ?It will be an electromechanical device and associated electrical circuits entirely independent of one another and designed such that the failure of any single circuit component or a ground fault cannot inactivate the interlock system. This system shall be used to interrupt electrical power to X-ray producing portion of the X-ray machine when radiation safety conditions are not met.? (18) Electrical System Components. All components, devices, wiring, and insulation shall be suitable for voltage, current, and duty characteristics of the circuits in which they are used shall conform to National Electrical Manufacturers Association standards. No wiring shall be exposed on the unit exterior or in the baggage transport area. (19) Maintenance. All access panels shall conform to the requirements of CFR 1020.40. It shall be possible to adjust all assemblies which effect image quality to compensate for gradual deterioration due to environmental conditions and normal wear. These adjustment features shall be easily accessible. The specification is provided as a standardized baseline for comparison purposes, but is subject to change pending review by Air Force Material Command engineers. The Product Conformance Provisions are also as follows: Contractor Certification. The contractor shall certify and maintain substantiating evidence that the product offered meets and/or exceeds the Salient Characteristics of this Product Description and the product conforms to the producer?s own drawings, specifications, standards, and quality assurance practices. The government reserves the right to require proof of such conformance prior to first delivery, and thereafter as may be otherwise provided under the provisions of the contract. System Certification. The system offered/provided to the government shall have been tested and approved/certified by the Transportation Services Administration (TSA). The contractor shall be required to provide documented proof of approval/certification as part of the requirements package provided to the government for each product model(s) offered. Installation and Demonstration. For users within the United States, the contractor shall be responsible for installation, orientation, and check-out of the equipment at the designated Air Force organization to assure that the equipment is ready for use and the users have a thorough understanding of the functions of the equipment. Installation, orientation, and check-out are projected to take two days. The cost for this service shall be at no additional cost to the government. The following market acceptability criteria are necessary to document the quality of the product to be provided. The manufacturer of the item and/or kit components shall have been producing a product meeting these requirements for at least 5 years. The manufacturer of the item and/or kit components shall have sold at least 150 units meeting these requirements to the government and or the commercial market over the last 2 years. All supplied items shall carry a standard commercial warranty on parts and labor. For comparison purposes the following terms are provided as guidelines, but may be altered in the interest of economic efficiencies. AMC requests at least two alternatives ? a Lease to Own Plan and a Lease with Option to Purchase Plan. X-ray system quantities will be 50 units. The leasing agreement would be for a period of 60 months to correspond with the Government?s fiscal year. The 60 months will include a base year with four 12-month optional periods of performance. The agreement would contain a non-appropriations clause that provides for termination of the lease if funds are not appropriated for the next fiscal year. It will also include a non-substitution commitment, which states the Government intends to exercise each renewal period so long as the bona fide needs of the Government for the lease product, or functionally similar products continue to exist. The lease agreement must cover all repair and maintenance costs as well as travel and per diem costs for repair technicians. The 50 units will be widely dispersed at locations in the Continental United States (CONUS) and overseas to include, but not limited to locations in Europe, Asia, Cuba, and Diego Garcia. Interested contractors are requested to provide their commercial capability statements, a general description of their technical approach, and their estimated cost to the Contracting Officer, AMC CONF/A48. Contractors responding to this request for information may be requested to provide at no cost to the Government, a demonstration of their system capabilities at their facility during the Spring 2004 timeframe. The demonstration will support market research activities to prove the availability of commercial solutions to potentially fulfill AMC?s requirements. Additional details regarding any demonstrations will be provided to those vendors submitting positive capability statements and interested in performing the demonstration at no cost to the Government. All packages submitted in response to the Request for Information (RFI) should include the following information: Name and address of company, business size, company point of contact, telephone number, fax number, e-mail address, statement of capability, and estimated cost. The capability package must be clear, concise, and submitted to the contracting office electronically via e-mail. This office must receive capabilities package no later than 20 January 2004. POINT OF CONTACT: AMC CONF/A48, Tammie Shelton, Contract Specialist, Phone (618) 256-9962, Fax (618) 256-3091, E-mail tammie.shelton@scott.af.mil or Nancy Jurke, Contracting Officer, Phone (618) 256-9963, Fax (618) 256-3091, E-mail nancy.jurke@scott.af.mil.
 
Place of Performance
Address: Continental United States (CONUS) and overseas to include locations in Europe, Asia, Cuba, and Diego Garcia.
 
Record
SN00499179-W 20040108/040106211925 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.