Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
SOURCES SOUGHT

D -- Sustainable Hardware and Software System to Integrate and Operate SLD Radiation Detection Systems - SLD RFI Attachment 4 CAS Software Graphing Requirements R1.0 - SLD RFI Attachment 1-Requirements draft v1.1 - SLD Request for Information Integration and Operation System - SLD RFI Attachment 3-CAS Data Retention Policy 5.0 Draft - SLD RFI Attachment 2-Best Practices Assessment and Planning Guide draft

Notice Date
2/4/2013
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, Various, Various locations, 20585
 
ZIP Code
20585
 
Solicitation Number
DE-SS-00013
 
Archive Date
4/19/2013
 
Point of Contact
GEARY PYLES, Phone: 505-845-5701, DEBRA MOONE, Phone: 202-586-3802
 
E-Mail Address
Geary.Pyles@nnsa.doe.gov, Debra.Moone@nnsa.doe.gov
(Geary.Pyles@nnsa.doe.gov, Debra.Moone@nnsa.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
SLD RFI Attachment 2-Best Practices Assessment and Planning Guide draft SLD RFI Attachment 3-CAS Data Retention Policy 5.0 Draft RFI Information SLD RFI Attachment 1-Requirements draft v1.1 SLD RFI Attachment 4 CAS Software Graphing Requirements R1.0 Request for Information Sustainable Hardware and Software System to Integrate and Operate SLD Radiation Detection Systems 1.0 Purpose The U.S. Department of Energy's (DOE) National Nuclear Security Administration's (NNSA) Second Line of Defense (SLD) Program is conducting market research by seeking industry input on a simple, sustainable solution to integrate and operate Radiation Detection Systems. 2.0 Background The SLD Program Mission is to assist partner countries to develop, maintain, and sustain their capacity to deter, detect, and interdict illegal trafficking of nuclear and radiological materials through international border crossings, airports, seaports and other points of entry. The SLD Program provides integrated radiation detection systems (RDS) to monitor international trade routes. The RDS deployed include radiation detection equipment that is integrated and operated by a system of hardware and software that performs the following functions: 1. Monitor equipment messages for alarm events and collect the output of radiation detection and ancillary equipment as well as capture state of health of the equipment (faults). 2. Present data to the operator and allow the operator to process alarms. 3. Maintain and retain Alarm Event Data to support non-real-time oversight and analysis of operations. The program deploys RDS at sites ranging from the very simplest implementation (a single lane and a single workstation) to a very active container seaport with multiple lanes with thousands of transits of shipping containers per day. To date, the majority of the sites deployed have included an integrating and operating solution that relies on a networked client-server based solution. The program would like to reduce the costs for our host-country partners to sustain these systems by identifying systems that can be installed and maintained by local nationals with minimal training. Areas for potential reduction are: costs of network installation, large amounts of hardware that needs to be maintained and/or replaced, licensing costs, and costs to fix, re-configure, or upgrade the software. 3.0 Desired Outcomes The SLD Program has created new draft requirements that should enable industry to propose solutions with lower lifecycle costs. (Attached) PLEASE NOTE: The SLD Program is not requesting information on alternative Radiation Detection Equipment; instead the Program is requesting information on alternative solutions for integration and operation of Radiation Detection Equipment already installed. Specifically, the program is interested in solutions that reduce lifecycle costs by: 1. Minimizing the network installation and maintenance costs. 2. Minimizing the amount of hardware that needs to be installed, maintained and/or replaced. 3. Minimizing the impacts of extreme environmental conditions on hardware and software. 4. Minimizing the software operation and ongoing maintenance and training costs. 5. Maximizing the partner countries' ability to enhance, customize, modify and further develop the system indigenously by providing access to the configurations and source code. 6. Minimizing or eliminating licensing and maintenance plan fees. 7. Providing a single scalable solution that can satisfy the vast majority of installations. 4.0 Responses to this RFI should not exceed 10 pages and should contain the following information: 4.1 Vendor information including name, address, and point of contact. 4.2 Vendor size, socio-economic status, and whether it is U.S. based. 4.3 Comments and/or suggestions on the attached draft requirements document. 4.4 Suggestions and/or solutions on architecture, technology, or other potential elements to assist the SLD program in achieving the stated outcomes. Discuss how your solution minimizes the cost of initial infrastructure improvements as well as retrofit and long term sustainability costs. 4.5 If providing information on a specific solution, please provide information on the availability of the technology (HW, SW, and or Firmware) or other suggested solutions. 4.5.1 For readily available technology describe where and how it is used and how it is supported. 4.5.1.1 Include in your discussion experience of system operational availability and frequency of repair/ time to repair of the top three failure modes. 4.5.1.2 Include in your discussion the minimum technical level of individuals required to support the technology including maintenance. 4.5.1.3 Discuss your upgrade strategy for your solution. What is the expected life-cycle of the system components? 4.5.1.4 Discuss any licensing costs and/or maintenance costs required. 4.5.1.4.1 Discuss your ability and willingness to transfer configurations and software code to SLD partners. 4.5.2 If not commercially available, briefly discuss how and how long it would take to develop, test, and make available the required technology, and how you would envision it being supported. 4.6 Marketing material if available may be included but should not be used to satisfy the response unless it specifically provides the above information and clearly demonstrates how it can help the SLD Program achieve the desired outcomes. 4.7 All responses must be unclassified. 4.8 Responses including proprietary information should have the cover page and each page containing proprietary information clearly marked as containing "proprietary data." 6.0 Responses are required by February 19, 2013. Both email and mail submittals will be accepted. Please send email to: Geary.Pyles@nnsa.doe.gov ; Debra.Moone@nnsa.doe.gov. Mailed responses should be sent to: U.S. department of Energy; Attn:Debra Moone, NA-256, 1000 Independence Ave., SW, Washington DC 20585. 7.0 Questions regarding this announcement shall be submitted in writing by email to: Geary.Pyles@nnsa.doe.gov ; Debra.Moone@nnsa.doe.gov. Verbal questions will not be accepted. 8.0 Summary This is a REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide RDS Monitoring and Control capability. THIS IS NOT A SOLICITATION FOR PROPOSALS OR AN IVITATION TO BID, NOR DOES IT REPRESENT A COMMITMENT BY THE GOVERMENET TO PAY FOR COSTS INCURRED IN PREPARATION AND SUBMISSION OF DATA OR ANY OTHER COST INCURRED IN RESPONSE TO THIS ANNOUNCEMENT. The information provided in the RFI is subject to change and is not binding on the Government. The Department of Energy has not made a commitment to procure any of these items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SS-00013/listing.html)
 
Place of Performance
Address: VARIED - SEE RFI, United States
 
Record
SN02978507-W 20130206/130204233737-d0bdabbdf80985314e20b217daac1933 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.