Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOLICITATION NOTICE

A -- AUTOMATED THREAT DECTION ALGORITHM FOR PROCESSING VEHICLE X-RAY IMAGES

Notice Date
1/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
N42794 NSWC Explosive Ordnance Disposal Technology Division 2008 Stump Neck Road Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N4279412B0001
 
Response Due
3/1/2012
 
Archive Date
3/16/2012
 
Point of Contact
Tammy Winters 301-744-6886 Tammy Winters tammy.winters@navy.mil
 
E-Mail Address
tammy.winters@navy.mil
(tammy.winters@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Automated Threat Detection Algorithm for Processing Vehicle X-ray Images Introduction: This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). A formal Request for Proposals (RFP) and/or other solicitations regarding this announcement will not be issued. X-ray screening of vehicles is widely utilized at Government facilities to search for illicit cargo such as drugs, weapons, and explosives. The x-ray images produced can be complicated and time consuming to interpret. In many instances, a vehicle will pass through the same checkpoint on a daily or weekly basis. While the cargo located in this vehicle will change over time, the vehicle itself generally remains unchanged (e.g. dashboard, engine compartment, vehicle frame, etc.). An automated threat detection algorithm capable of comparing the x-ray images of the same vehicle and highlighting the differences between the x-ray images could reduce the complexity and time required to screen a given vehicle. The Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV) is issuing this BAA seeking development of software capable of the following: Storing to and recalling images from a database of vehicle x-ray images based on VIN, license plate number, or other unique identifier. Creating an image of a vehicle that highlights anomalies to the operator and suppresses consistent vehicle components. Paper copies of this announcement will not be issued. In addition, NAVEODTECHDIV reserves the right to select for award all, some, or none of the proposals in response to this announcement. NAVEODTECHDIV will provide no funding for direct reimbursement of proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NAVEODTECHDIV to treat all proposals as sensitive competitive information and to disclose their contents only for the purposes of evaluation. This BAA will remain open for approximately one (1) month from the date of publication. Proposals may be submitted at any time during this period. 1. GENERAL INFORMATION 1.1. BAA Issuing Agency Name “ Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV) 1.2. Contracting Agency Name “ Naval Surface Warfare Center, Indian Head Division (NSWC-IHD) 1.3. Sponsoring Agency Name “ Physical Security Equipment Action Group (PSEAG) 1.4. Program Name “ Automated Threat Detection Algorithm for Processing Vehicle X-ray Images 1.5. Research Opportunity Number “ 1.6. Response Date “ 1 March 2012 Vendors responding to this BAA may begin submitting responses on 1 February 2012, 0800 hours Eastern Standard Time (EST). Final submissions to this BAA are due by 1 March 2012, 1600 hours Eastern Standard Time (EST). In addition, NAVEODTECHDIV reserves the right to award contracts for a period of approximately one (1) year from date of this announcement. 1.7. Description of Opportunity “ The intention of NAVSEA, through issuance of this BAA, is to solicit full proposals for the Automated Threat Detection Algorithm for Processing Vehicle X-ray Images initiative sponsored by the Physical Security Equipment Action Group (PSEAG). Full proposals are sought that address software development that assist operators of vehicle x-ray imaging systems; specific requirements are identified below. Successful demonstration of a software capability and performance may lead to follow-on development work. Vendors are responsible for ensuring that their proposals are complete and submitted in a timely fashion. 1.7.1. Definition of Problem/Threat: X-ray screening of vehicles is widely utilized at Government facilities to search for illicit cargo such as drugs, weapons, and explosives. The x-ray images produced can be complicated and time consuming to interpret. In many instances, a vehicle will pass through the same checkpoint on a daily or weekly basis. While the cargo located in this vehicle will change over time, the vehicle itself generally remains unchanged (e.g. dashboard, engine compartment, vehicle frame, etc.). An automated threat detection algorithm capable of comparing the x-ray images of the same vehicle and highlighting the differences between the x-ray images could reduce the complexity and time required to screen a given vehicle. Envisioned Software Scenario: Vehicle A is a delivery truck that enters the base daily. Prior to coming onboard, it is inspected using a vehicle x-ray system. The x-ray image of the vehicle is analyzed by the system operator to determine if the vehicle or its cargo contains any anomalies that warrant additional inspection. 1.Vehicle A approaches checkpoint and is selected for x-ray inspection. 2.Operator of x-ray system enters license plate or other unique identifier of Vehicle A as it is in process of being x-rayed. The resulting x-ray image is saved to the database. 3.The algorithm compares each new x-ray image of Vehicle A to the previous x-ray images of Vehicle A for anomalies and presents that information to the operator in a simple to understand format. 1.7.2. Software Development Requirements: Potential candidate software developers shall provide proposals for software development that meets the following criteria: 1. Max Cost: 300K 2.Timeline for Completion: 6 months 3.Biweekly status reports delivered no later than the 1st and 15th of each month for the duration of the effort. Reports to include current progress, potential risks or issues, and spending forecast. 4.Deliverables: a.A software program capable of: i.Storing to and recalling images from a database of vehicle x-ray images based on VIN, license plate number, or other unique identifier. ii.Creating an image of a vehicle that highlights anomalies to the operator and suppresses consistent vehicle components. b.Software must be compatible with Windows operating system c.Software must be compatible with common image file types (JPEG, TIFF, PNG, and BMP) d.All developed algorithms for this effort are owned by the Government Please note that the Government will provide all x-ray images of vehicles to the chosen candidate to assist in algorithm development. Due to the nature of vehicle x-ray screening systems, images of vehicles will not always be of consistent dimensions. Algorithm must be able to adapt to images of the same vehicle that vary in X and Y dimensions. NAVEODTECHDIV may choose to award one, none or several contracts. NAVEODTECHDIV may also reissue the BAA if no proposals are found to be acceptable. 1.7.3. Other Unspecified Capabilities and Solutions: Offeror(s) possessing any additional technology, information, or recommendations that would enhance image analyst of vehicle x-ray images are encouraged to submit proposals to this BAA. 2. PROPOSAL PREPARATION This section provides information and instructions for the preparation and submission of proposals under this BAA. 2.1Consent to Access. Submittal of proposals to NAVEODTECHDIV in response to this BAA is to be considered authorization to allow required government or contractor personnel access to any data submitted (including cost and pricing data, data the contractor might otherwise consider proprietary, and data that meets the definition of œtrade secret  as used in the context of 18 USC 1905) for the purpose of evaluating the proposal and contract award. The consent to access that is to be inferred for the use of proposal submissions shall also be granted by any subcontractor or team member who makes a direct submission of information to the Government. 2.2Submission of Proposals. Electronic Proposals shall be submitted to: tammy.winters@navy.mil and a copy to William.holthoff@navy.mil Full proposals will be evaluated against criteria in paragraph 3.1 of this BAA. White Papers and Quad Charts will not be accepted. The period of performance of each selected proposal will not exceed 6 months in duration from contract award. Due date for the proposals is 1 March 2012. The government reserves the right to award contracts for a period of one year after 1 March 2012. 2.3Electronic File Format. The proposal shall be submitted in Microsoft Office (Word, Excel, or PowerPoint), or Adobe Acrobat (PDF “ portable document format). All documents must be print-capable and without password. Submittals that cannot be opened or viewed will not be considered and will be rejected. 2.4Full Proposal General Requirements. Full proposals shall consist of three separate sections; Section One “ Technical, Section Two “ Management, and Section Three “ Cost. All sections shall reference the BAA number and include the Offeror ™s project title. Period of performance for all proposals shall be no longer than six (6) months in duration and costs should not exceed $300K. No other funding will be available during this portion of the effort, although future work may be funded based on successful demonstration of technology capabilities. All pages shall be 8 ½ x 11 inch, singe-spaced with one-inch margins, fonts no smaller than 10 point, and must be printable, readable, and complete. The technical and management information shall not exceed 20 pages including figures, charts, and tables. The 20-page count excludes the Cover Page. Each proposal submitted shall include the following sections: (A) Cover Page “ includes necessary contractual information including the offeror ™s contracting point of contact (name, telephone number, email address, facsimile number, mailing address) and business information (Data Universal Numbering System (DUNS) number, Cage Code, DCMA Point of Contact, DCAA Point of Contact, CCR, business type). (B) SOW detailing scope of work and a detailed description of each task (C) A description of deliverables, technology description, data storage and manipulation, etc, (D) A description of the Offeror ™s past experience in the area of interest and/or any current work in the technology area. (E) Full Proposal Cost “ The offeror shall prepare and submit cost proposal with supporting documentation. The cost proposal should contain cost estimates sufficiently detailed for meaningful evaluation and include tasking discussed in (B) above. The cost proposal is not considered part of the page count; there is no page limit for the cost proposal. Budgeted cost elements should reflect the following: a) labor categories, labor rates, hours being charged, b) Cost of equipment, c)Travel costs and time, and the relevance to stated objectives, d) Estimate of material and operating costs, e) Documentation/Report Costs, f) subcontract costs and type (the portion of work to be sub-awarded and rationale), g) Other direct costs, h) Indirect costs, i) Fee, and j) Facilities Capital Cost of Money. In addition, the vendor is required to identify any existing contracts they have with the Government or other funding agreements that may be available. 2.4.4 Intellectual Property, Technical Data and Software. All anticipated intellectual property, technical data or software rights shall be disclosed. 2.4.4.1 Patents and Patent Applications. Identify and existing, applied for, or pending patents that will be used in the conduct of this effort. Provide Patent number or application number and title. If no patents or patent applications are relevant; so state. 2.4.4.2 Rights in Technical Data. Identify any technical data and/or computer software that will be delivered with less than unlimited rights as prescribed in DFARS 252.227-7017 and DFARS 252.227-7028. If unlimited rights in technical data are proposed, so state. Unlimited rights or a minimum of Government Purpose Rights are desired. 2.4.5 Central Contract Registration (CCR). Prospective contractors must be registered in the DoD CCR database prior to award of an agreement. By submission of an offer resulting from this BAA, the offeror acknowledges the requirement that a prospective contractor must be registered in the CCR database prior to award, during performance, and through final payment of any agreement resulting from this BAA. The CCR may be accessed at http://www.ccr.gov/. Assistance with registration is available by phone at 1-888-227-2423. 2.4.6 Technical Evaluation Support Although it is the intent of this office to use government personnel in the review, evaluation, and administration of all submittals for this BAA, contract personnel may be used to handle submittal information. All individuals in this category that will have access to any proprietary data shall certify that they will not disclose any information pertaining to this solicitation including any submittal, the identity of any submitters or any other information relative to this BAA, and shall certify that they have no financial interest in any submissions evaluated. Submission of information in response to this BAA constitutes permission to disclose information to certified evaluators under these conditions. 3. PROPOSAL EVALUATION 3.1 Evaluation of full proposals: Evaluations will be conducted using the following selection criteria: (1) Overall scientific and technical merit of submitted proposal, (2) The Offeror ™s capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives, and (3) Proposed cost and fees. 4. OTHER BAA INFORMATION This notice constitutes a BAA as contemplated by FAR 6.102(d)(2). Unless otherwise stated herein, no additional written information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for the same will be disregarded. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. Interested parties are invited to respond to this synopsis. No hard copy version of this announcement will be made available. The Government intends to issue awards based on the optimum combination of proposals that offers the best overall value to the Government. The Government may incrementally fund any award issued under this BAA. The Government will not pay for proposal preparation costs. The cost of preparing proposals in response to this BAA is not allowable as a direct charge to any contract resulting from this BAA or to any other Government contract. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. Technical information may be obtained from Mr. William Holthoff at 301-744-5167 or william.holthoff@navy.mil. Each submission shall be transmitted electronically to: tammy.winters@navy.mil and a copy to william.holthoff@navy.mil. For more information regarding this BAA you may contact: Ms. Tammy Winters, NAVEODTECHDIV 2008 Stump Neck Road, Indian Head, Maryland 20640-5070 301-744-6886 tammy.winters@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N42794/N4279412B0001/listing.html)
 
Place of Performance
Address: 2008 Stump Neck Road, Indian Head, MD
Zip Code: 20640
 
Record
SN02662827-W 20120129/120127234555-f3a00e19a70e35a8e191947c9fa773ad (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.