Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
MODIFICATION

63 -- Request for Information - Radiation Portal Monitors (RPMs) DNDO

Notice Date
7/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-RFI-16-RPMSystems
 
Point of Contact
Matthew Robertson, Phone: 2022547163, Tisha Blue, Phone: 202-254-6751
 
E-Mail Address
matthew.robertson@hq.dhs.gov, tisha.blue@hq.dhs.gov
(matthew.robertson@hq.dhs.gov, tisha.blue@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information on Radiation Portal Monitor Radiological/Nuclear Detection Systems THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP or Broad Agency Announcement (BAA). This RFI does not commit the Department of Homeland Security (DHS) Domestic Nuclear Detection Office (DNDO) to contract for any supply or service. DHS DNDO is not seeking proposals at this time. Responders are advised that DNDO will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP or BAA. The information provided in this RFI is subject to change and is not binding on DNDO. All submissions become the property of DNDO, and will not be returned. 1. Background The Domestic Nuclear Detection Office (DNDO) is a jointly staffed office in the U.S. Department of Homeland Security (DHS) with a singular focus on preventing nuclear terrorism. DNDO was established to improve the nation's capability to detect and report unauthorized attempts to import, possess, store, develop, transport, or use nuclear and other radioactive material against the nation. Radiation Portal Monitors (RPM) are used by federal law enforcement personnel to scan containerized cargo, commercial conveyances, and privately owned vehicles for illicit nuclear and other radioactive materials. Information regarding the RPM Replacement Project is included in the RPM Industry Engagement briefing slides posted to FedBizOpps on December 17, 2015. The DNDO industry coordination activities for the RPM Replacement Project include: RPM Industry Engagement Day, RPM Vendor Data Collection Event, and Replay Tool Cooperative Research and Development Agreement. DNDO presented the RPM Open System Architecture Project at the Transportation Security Administration's Open Architecture Technical Exchange meeting in February 2016 and it is being conducted as an independent, parallel project. DNDO anticipates acquiring over 100 commercially available, fixed RPM systems between Fiscal Year (FY) 18 - FY20. DNDO plans to release a draft Request for Proposal (RFP) in 4th Quarter (4Q) FY16 and a final RFP in 1Q FY17 via FedBizOpps. DNDO anticipates requiring proposals to include a signed bailment agreement for up to two systems. Following an initial evaluation, selected bidders will be asked to provide two systems covered under bailment agreements to be sent to designated facilities, in 3Q FY17, for up to one year of evaluation activities. DNDO anticipates awarding up to three Indefinite Delivery/Indefinite Quantity (IDIQ) contracts in FY18, based on a best value evaluation, with a minimum purchase of three systems each, with maintenance and engineering support services. Following another series of evaluations, DNDO anticipates identifying the vendor(s) who will supply the remainder of the systems under the IDIQs and purchasing those systems in FY18 through FY20.   2. Description DNDO seeks information on fixed RPMs in support of the Government's RPM Replacement Project. The RPM Replacement Project supports the Government's radiological/nuclear (R/N) detection mission at land and sea ports of entry (POE). DNDO is conducting market research to determine the level of capability available from commercial sources to support the Government's R/N detection mission at land and sea POE. The objectives of this RFI are to: •Provide RPM suppliers early insight to the upcoming procurement (e.g., milestones, expectations, and requirements) •Expose industry to potential RFP language •Request industry recommendations and comments on requirements •Allow DNDO to review industry responses to prospective requirements (e.g., RPM suppliers' ability to meet requirements) •Provide DNDO with insight on the number of potential bidders for the upcoming RFP DNDO anticipates conducting an Industry Day to provide additional details on the RPM Replacement Project and upcoming procurement. The industry day is currently being planned and will be posted on FedBizOpps. 3. Attachments To support vendor response to the RFI, DNDO has supplied the attachments below that contain information pertaining to the Government's programs to deploy, operate, and maintain R/N detection capability at POEs. A.Role of RPM systems in supporting detection of radionuclide materials at POEs including RPM variants for specific lanes and locations. B.Lifecycle Support. C.Description of Government Furnished Property (GFP) that may be available for future RPM configurations, such as Helium 3 (He3)-based neutron detectors. D.Draft requirements checklist, which details the Government's requirements for the RPM systems to be deployed to POEs. E.DNDO Replay Tool Requirements Checklist. F.Draft Port Radiation Inspection, Detection and Evaluation (PRIDE) Interface Control Document (ICD) for RPMs. G.Radionuclide list. H.Glossary. I.RPM system performance statement for vendors. J.Sample company-to-company non-disclosure agreement (NDA).   4. Submission Requirements DNDO requests that all vendors interested in this procurement respond to this RFI, even those that do not have all the capabilities discussed in the submission requirements. For this procurement, a vendor team may submit as long as all team members are fully declared in the introduction section below. Please include the following in your response to this RFI (while closely following the outline provided below); indicate where there is no capability, or information available: (1)Introduction: Information about the vendor team ( Section 1 limited to five pages) a.Primary vendor name and point of contact information (primary and secondary) b.Basic vendor reference information for all vendor team partners including: i.Data Universal Numbering System number ii.Commercial and Government Entity code iii.North American Industry Classification System code(s) iv.Socio-economic Category as defined in the Federal Acquisition Regulations 19.001 v.Address(es) c.Basic description of the vendor team (including partners) d.Manufacturing capabilities of vendor team including: i.Years of experience manufacturing RPMs ii.Quality assurance certifications iii.Relevant products listed in General Services Administration schedules e.RPM maintenance capabilities of the vendor team including: i.Number of years of supporting repair-in-place maintenance contracts including those at restricted access locations such as ports, military bases, and Government facilities ii.Programmable logic and traffic control product lines supported f.Installation capabilities of the vendor team i.Years of experience integrating technologies into client sites ii.List professional engineering services provided (2)Proposed RPM(s) Please provide a separate section for each RPM system proposed. If responding with multiple systems, provide a separate section for each system. Note: Vendors do not have to separately discuss variants needed to meet wide lane, climate zone, or flood zone applications described in Attachment A, but may include them with the baseline system description: a.A basic description of the RPM including: i.Model name and # ii.Dimensional diagram iii.Image of the system iv.Number of systems deployed v.Line Replaceable Gamma detectors including: 1.Energy range 2.Detector material 3.Detector size/volume vi.Vendor-supplied Line Replaceable neutron detectors including: 1.Detector type 2.Detector material(s) 3.Detector size/volume including moderators vii.Ability to use GFP including He3 Tubes (detailed in Attachment C) b.RPM performance for POE applications including: i.Radionuclide Recognition Algorithm description ii.Maximum vehicle speed (that maintains 99.9% of the detection capability) iii.Data transfer and storage requirements for 6,000 vehicle occupancies of the RPM iv.Location of occupancy data storage, and its network accessibility v.Image data formats supported by RPM vi.Enclosure rating - either National Electrical Manufacturers Association or Ingress Protection vii.Thermal operating range c.Description of RPM individual Line Replaceable Units and other components that are replaceable by the Government or other third party (e.g., for maintenance or software upgrades) instead of the vendor team i.Detail how the Government can install and run a third-party recognition algorithm on the RPM d.Description of operator consoles i.Image and description of basic operator and multi-lane control interfaces ii.Required communication standards for network control of RPMs iii.Operating system software e.Estimated costs (used only for Government budget development) i.For example deployments including transportation, installation, and hardware: 1.3 standard cargo lane RPMs 2.35 sites including 103 standard cargo lane RPMs and 3 wide lane application RPMs 3.67 sites including 186 standard cargo lane RPMs lanes and 14 wide lane application RPMs 4.Discount cost for each example deployment, if GFP identified in Attachment C is used ii.For a 15-year maintenance contract (firm-fixed-price) for each system described in (a) above, consisting of a 5-year base period and two 5-year options (Note: Each delivered system will be covered by a 1-year warranty at a minimum, which starts at deployment. Maintenance following warranty expiration will be covered under a maintenance contract line item number and will extend through the end of the base period and both option periods.) iii.For the vendor team's effort to modify the system to comply with the ICD (Attachment F), if not already in compliance (3)Comments and recommendations pertaining to the RPM procurement including: a.Supporting RPM Lifecycle as illustrated in Attachment B b.Requirement(s) in the Draft Requirements Checklist c.Requirement(s) in the DNDO Replay Tool Checklist d.Draft PRIDE ICD for RPMs (4)Supplementary Information including: a.Data Architecture Diagram for submitted RPMs b.Test reports for submitted RPMs, Government supported and/or private if available c.Reports for Radio Frequency Interference testing d.Maintenance and operator manuals e.Data Dictionaries, if applicable, for Replay Tool, data products, interfaces, etc.   5. Instructions Respondents to this request must respond via email to Tisha Blue, Contracting Officer, at Tisha.Blue@hq.dhs.gov, NLT 5 p.m. EST, August 22, 2016 and include the information requested under "Submission Requirements." Any questions regarding this RFI must be submitted NLT 5 p.m. EST, August 03, 2016 via email to Tisha Blue, Contracting Officer, at Tisha.Blue@hq.dhs.gov. Responses to the questions, as appropriate, will be posted on FedBizOpps. Respondents who wish to transmit classified information such as Government test reports must coordinate with Tisha Blue, Contracting Officer, at Tisha.Blue@hq.dhs.gov for transmission instructions. DNDO appreciates responses from all capable and qualified sources, including but not limited to, private or public companies, universities, federally funded research and development centers, and national laboratories. Please submit responses in Microsoft Word or Adobe PDF, formatted in at least 10-point Times New Roman font with at least 8-point type in figures and diagrams. Please limit images to those used to illustrate responses to submission requirements in the RFI. DNDO reserves the right to review late submissions, but makes no guarantee to the order of or possibility for review of late submissions. Please be advised that all submissions become the property of DNDO and will not be returned. For clarification purposes ONLY, DNDO may request interactive communication from respondents after receipt and initial evaluation of written responses. Company-to-Company NDA Responses to this RFI will be reviewed by technical experts within the DNDO and other federal agencies. DHS uses support contractor personnel to assist in the review of RFI responses. The support contractors are bound by NDAs with the Government. Nonetheless, the Federal Acquisition Regulation (FAR) at Subpart 9.505-4(b) requires that whenever a Government contractor gains access to proprietary information of other companies in performing advisory and assistance services for the Government, the companies must agree to protect the information from unauthorized use or disclosure for as long as it remains proprietary and refrain from using the information for any purpose other than that for which it was furnished. The FAR further requires that the contracting officer shall obtain copies of these agreements and ensure that they are properly executed. Accordingly, any submission in response to this RFI that is considered to be proprietary, and contains proprietary information must include a signed NDA with the following companies: •Engility Corporation, Lauren Cobbs, Lauren.Cobbs@engilitycorp.com, (703) 664-6295 •ManTech, Ray Colgan, Raymond.Colgan@mantech.com, (703) 488-2002 •Schafer, Mark D. Connel, mark.connel@schafercorp.com, (703) 516-6000 The Government does not dictate the form or content of the NDA; that is a business decision between the companies. However, a sample NDA is included as Attachment J, and this form of a NDA has been pre-approved by the companies named above. Use of the sample agreement, or one substantially similar to the sample, will expedite signature. It is important for all respondents to understand that without signed NDAs with all three above-named contractors, your RFI submission cannot be reviewed. It is the vendor's responsibility to provide these signed NDAs in order to be responsive to this RFI. The three companies named above are under no obligation or compunction to agree to other more onerous company-provided NDAs, and potential quoters/offerors that submit onerous NDAs for signature assume the risk that the above-named companies will not agree to such terms. IMPORTANT NOTE: If your response to this RFI does not contain proprietary information, and is not marked as such, there is no requirement for a Non-Disclosure Agreement. Please note that Attachment I has been added as an amendment to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-RFI-16-RPMSystems/listing.html)
 
Record
SN04195193-W 20160727/160726000328-e188afd84807a01f51155a9a6714338d (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.