Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2005 FBO #1440
SPECIAL NOTICE

A -- Cargo Advanced Automated Radiography System (CAARS)

Notice Date
6/8/2005
 
Notice Type
Special Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
DHS - Direct Reports, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528
 
ZIP Code
20528
 
Point of Contact
Charlotte Rupprecht, Contracting Officer, Phone 202-254-5856, Fax 202-254-6167,
 
E-Mail Address
Charlotte.Rupprecht@dhs.gov
 
Description
1. In the fall of 2005, DHS intends to issue an RFP for the development and production of a Cargo Advanced Automated Radiography System (CAARS) focused on the automated detection of shielded special-nuclear-material (SNM) as well as unshielded SNM; automatic detection of other contraband such as high explosives and drugs is desired. The operational requirement for CAARS mandates that it be able to scan and process the data for a 40 foot container in under 15 seconds. CAARS may include but is not limited to high and dual energy x-rays, gamma rays, neutrons and other transmission methods; and all image reconstruction approaches will be considered. System characteristics must include automated image processing and alarm generation, and advanced human factors facilitating the human interface. DHS intends to begin production and deployment of these systems in FY08. As such, proposed technology solutions must have a 2-3 year development, test and evaluation horizon. 2. In preparation for the development of the CAARS Performance Specification and RFP, DHS intends to conduct a CAARS Industry day to better understand current system performance and manufacturing capabilities; and the status of ongoing research and development efforts. The Industry Day will be held on 12 and 13 July 2005 at DHS facilities in Washington DC. Each participant (from industry, national laboratories, academia and other interested parties) will be encouraged to provide a half-hour briefing to DHS. Each briefing will be held in private. That is, no participant will see or hear another participant’s briefing. 3. Participation and Submission. DHS requests that those interested in participating in the CAARS Industry Day submit an e-mail notification to Mark.Rampey@associates.dhs.gov by 17 June 2005 with a point of contact, phone number and e-mail address. Please use the title “CAARS Industry Day” as the subject line of the e-mail. DHS intends to organize and publish a detailed schedule with associated travel and logistics to those that reply to this RFI. Participants shall provide an electronic copy of their briefing (in Microsoft PowerPoint) as well as 5 copies of the briefing to DHS by 10 July 2005. Vendors are advised that all submissions become Government property and will be protected as proprietary information. 4. DETAILED INFORMATION SOUGHT. Please include the following information: (A) TECHNICAL APPROACH. Describe your technical approach to radiography associated with the automated inspection of vehicles, cargo, and cargo containers. Include relevant information on system design for detection of shielded nuclear materials, as well as unshielded nuclear material, drugs, high explosives and other contraband. In particular, please describe selection of beam production technologies and energies, selection of detector materials and detection geometry, image processing techniques, and tools for image analysis and interpretation. Identify system efficiencies achievable. (B) SYSTEM CONFIGURATION. Please describe the relative merit of deploying your design in a fixed or mobile configuration with regard to throughput, spatial resolution, safety, footprint requirements, staffing, reliability, system infrastructure requirements, life cycle cost and other factors. (C) PRICE. Provide estimated non-recurring engineering development, production, lifecycle and training cost estimates. Please separately address manufacturing and facilitization issues and costs. Cost calculations should be based upon a two year development, and a procurement of approximately 50-100 systems per year for five years. Please address intellectual property rights and export restrictions. (D) FACILITIES AND STAFF. Describe current facilities and staff for producing advanced radiography systems for homeland security applications. (E) EXPERIENCE. Describe past experience with regard to the development and manufacturing of radiography detectors, including production volume. (F) BUSINESS TYPE. Identify your business type: large, small, small disadvantaged, 8(a)-certified small disadvantaged, HUB-Zone small, woman-owned small, very small, veteran-owned small, service-disabled veteran-owned small as based upon North American Industry Classification System (NAICS) code 335999, All Other Miscellaneous Electrical Equipment and Component Manufacturing. The term Small Business Concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR Part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, with no more than 500 employees. Responders are cautioned; however, that this is a general description only; additional standards and conditions apply. Refer to Federal Acquisition Regulation (FAR 19), at www.arnet.gov, for additional detailed information on Small Business Size Standards. 5. This notice is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, DHS is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at responder expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, the Federal Business Opportunities (FedBizOpps) website will contain a synopsis. It is the responsibility of potential offerors to monitor the site for additional information. 6. POINTS OF CONTACT. Refer questions to Mr. Howard Reichel (Program Manager) at Howard.Reichel@dhs.gov or to C. Susan Rupprecht (Contracting Officer) at Charlotte.Rupprecht@DHS.Gov NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-NOV-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS-DR/OCPO/DHS-OCPO/HSHQPA-RFI-CAARS/listing.html)
 
Record
SN00926227-F 20051105/051103213834 (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.