Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2008 FBO #2505
SPECIAL NOTICE

99 -- Non-Intrusive Inspection (NII) equipment.

Notice Date
10/3/2008
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY08NIIE
 
Archive Date
1/1/2009
 
Point of Contact
Thomas Bouchard, (508) 233-4026<br />
 
Small Business Set-Aside
N/A
 
Description
The Armys Product Manager, Force Protection Systems (PM-FPS) is requesting information on the state of the art within the manufacturing industry and the availability of commercial off-the-shelf (COTS) Non-Intrusive Inspection (NII) equipment. Focus is an image based, currently commercially available, capability to non-intrusively inspect steel-walled tankers, tractor trailers, towed vehicles, cargo containers, automobiles, pick-up trucks, buses, towed trailers, military vehicles, railcars and large pallets for the presence of concealed explosives, weapons, drugs, people and other contraband. Please provide a white paper (10-page limit) explaining the system or synergistic mix of systems, with supporting rationale, you believe will provide the best solution for the Army. Consider: (1) mobile systems capable of traveling on primary and secondary roadways and can be set up to operate as a stationary portal; ( 2) mobile systems capable of cross country travel with integrated ballistic blast protection capable of operating proposed systems as a stationary portal for forward deployed operations; (3) fixed or relocatable gantry systems; (4) rail inspection systems that can view rail cars with double stacked sea containers; (5) large and small pallet inspection systems capable of inspecting a standard 4x4 foot pallet up to and including the large air containers; and (6) The system should be capable of providing the following: - Operationally, individual systems or combinations need to completely penetrate the range of potential threats from automobiles or small trucks with light loads to larger vehicles or containers with complex loads, to include water, fuel, cement, sand, gravel or similar dense materiel and/or empties and provide high throughput. -Mobile systems for forward deployed operations should be capable of movement on primary, secondary, and un-maintained surfaces. If a separate vehicle is required it should be capable of being driven on its own power operating at Gross Vehicle Weight, including the supplemental imaging system. Militarization includes: use of JP8, the standard military fuel; C-130 transportability; and protection of operators from ballistic or blast threats. Standard for protection is no less than a level II (factory produced add on kit) consisting of, at a minimum, doors, back plate, air conditioning and plates for the lower perimeter of the vehicle, and ballistic windshields and upgradable to Frag 5 standards. This protection is to minimize risk of IEDs, rocket propelled grenades, 7.62mm ammunition and land mines. If a trailer is utilized it should be commercial or military standard but compatible with the mobile platform in terms of mobility, towing hitch and power/light connections. -All systems should include a remote operating and viewing capability utilizing wireless, fiber optic cable or copper wire to a minimum of 250 feet from the system. If RF capability is recommended a proposed method of frequency management in complex electronic environments must be included. In the White Paper include Company / manufacturing information. Describe your previous experience in manufacturing and delivery of systems believed to provide the required capabilities. If your company is a system integrator describe your previous experience with integration of such systems. Technical data may be presented in support of rationale contained in the White Paper but for each system recommended must include a listing of operational parameters including; penetration, contrast sensitivity, wire detection, spatial resolution, mode, dual views and image format. Measurements for the parameters shall be in accordance with ANSI N42.46 (Measuring the Imaging Performance of X-ray and Gamma-ray Systems for Cargo and Vehicle Security Screening), 18 August 2008. With regard to radiation safety, identify the radiation safety systems and the limits of the control area for non-radiation workers. Included in the systems description should also be operational parameters such as equipment footprint requirements, the minimum number of people required to safely operate the system (staffing), periodic maintenance requirements, number of operator stations, and ability to store and manage images and training instruction requirements, and description of its operational environment with regard to temperature range extremes and maximum wind conditions the system can function under, power and other utility requirements for standalone operation, and transportability and storage requirements, if applicable. Also desired is information pertaining to determine materials discrimination and detection of radioactive materials. This request is for information and planning purposes only and is not to be considered as a commitment by the Government. This document will assist the Government in identifying potential solutions. This is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. Program Office Address: Joint Program Executive Office Chemical and Biological Defense (JPEO-CBD), Product Manager, Force Protection Systems (PM-FPS), 5900 Putman Road, Fort Belvoir, VA 22060-5420 Contracting Office Address: RDECOM Acquisition Center Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, KANSAS Street, Natick, MA 01760-5011 Point of Contact(s): Dale R. Price DALMAR Inc. 703-704-3084 FAX: 703-704-1062 Email: dale.r.price@us.army.mil CDR Bernard Doctor JPMG 703-681-0663 FAX: 703-681-0661 Email: Bernard.doctor@jpeocbd.osd.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f1bec2ea7321f7fedae33a371ad98e0b&tab=core&_cview=1)
 
Record
SN01687993-W 20081005/081003221444-f1bec2ea7321f7fedae33a371ad98e0b (fbodaily.com)
 
Source
FedBizOpps 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.