Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2004 FBO #1004
SOURCES SOUGHT

58 -- Portable - Handheld Non-Intrusive Inspection/Detection System

Notice Date
8/24/2004
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Dallas Administrative Center, 7701 N. Stemmons Freeway 8th Floor, Dallas, TX, 75247
 
ZIP Code
75247
 
Solicitation Number
HSBP1004R0219
 
Response Due
8/31/2004
 
Archive Date
12/31/2004
 
Point of Contact
Arthur Cooper III, Contracting Officer, Phone 214-905-5533, Fax 214-905-5746, - Arthur Cooper III, Contracting Officer, Phone 214-905-5533, Fax 214-905-5746,
 
E-Mail Address
arthur.cooper@dhs.gov, arthur.cooper@dhs.gov
 
Description
US Customs & Border Protection has a requirement for a portable-handheld device to non-intrusively inspect sealed containers (all types/shapes) to rapidly and accurately identify liquid contents and/or measure quantity of liquid content. Ultrasonic and/or other technologies may be employed. Device must be able to reliably detect submerged objects and concealed compartments within the container (i.e., contraband, etc.). In this instance, emerging technology items are not desired. The device must have a history of successful operation (i.e., ?proven track record?) for the purpose intended. The only known source for a suitable device satisfying the criteria above is Mehl, Griffin & Bartek, Ltd. (MGB), of Arlington, VA., with its Product Acoustic Signature System (PASS). Additional sources that can provide suitable equipment are sought. Interested parties are encouraged to identify their interest and capability to respond to this requirement with a suitable product, in writing, no later than the response date. Written responses to this request for information (RFI) shall contain sufficient technical documentation to establish a bona fide capability to fulfill this requirement. Responders must provide references who can attest to the capability and suitability of the device for the intended purpose. Responders are also requested to provide pricing information, available contract vehicles (contracts available for Federal Government agencies), availability/delivery time, company/organizational name, address, point of contact, phone number, email address, fax number, business size under North American Industry Classification System (NAICS) code 334511 (750 employees), to include, large, small, small-disadvantaged, 8(a), or HubZone status. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. This notice is not a Request for Quotation nor is it a request for competition. 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, including any subsequent requests for proposal (RFP). Any proprietary information submitted will be protected if appropriately marked. All responses (one response per company) are to be limited to twenty-five (25) pages. Responses must be submitted to the Contracting Officer. Email is the preferred method, using arthur.cooper@dhs.gov, or via fax at #214-905-5746. Responders should refer to the solicitation # HSBP1004R0219 in any correspondence or inquiries. Questions should be addressed to the email address above. Responses to this RFI must arrive in this office no later than 8:00 am, Central Daylight Savings Time, Tuesday August 31, 2004. Contracting Officer?s Address: Department of Homeland Security, US Customs & Border Protection, Contracting & Procurement (CBPCAP), 7701 N. Stemmons Freeway, Dallas, TX, 75247, Phone #: 214-905-5533
 
Place of Performance
Address: Items to be purchased will be used in Europe.
 
Record
SN00650143-W 20040826/040825041622 (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.