Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2003 FBO #0680
SOURCES SOUGHT

58 -- High Energy Imaging System

Notice Date
10/6/2003
 
Notice Type
Sources Sought
 
Contracting Office
DHS - Border and Transportation Security, United States Customs Service (USCS), Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
YY
 
Response Due
11/3/2003
 
Archive Date
11/18/2003
 
Point of Contact
Aaron Ford, Contracting Officer, Phone 202-927-1404, Fax 202-927-0288, - Aaron Ford, Contracting Officer, Phone 202-927-1404, Fax 202-927-0288,
 
E-Mail Address
aaron.h.ford@customs.treas.gov, aaron.h.ford@customs.treas.gov
 
Description
The Bureau of Customs and Border Protection (BCBP) issues this Request for Information (RFI) regarding high-energy non-intrusive inspection (NII) systems. CBP is looking for new, innovative technical approaches to high-energy NII imaging systems for detection of explosive devices and WMD (weapons of mass destruction) concealed in fully loaded tanker vehicles and cargo containers. Critical system attributes being sought are low cost, small physical size, high reliability, relocatabilility, high penetration, and high quality imaging. Operationally, the system needs to completely penetrate fully laden tanker trucks in a single scan and provide high throughput. The system needs to provide high-quality imaging through high-density material such as frozen seafood. (penetration equivalent to 300 mm of steel or 8 feet of water minimum). Spatial resolution of at least 0.125 inches and contrast sensitivity of at least 2% is desired. Throughput of 30 or more vehicles or containers per hour is desired. To summarize, we are looking for new, innovative NII technology approaches that will offer high-performance, low-cost and high reliability. Further, it needs to be compact and easily re-locatable. Responses received in response to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Responders should review the complete RFI package for the details and requirements for responding to the RFI. Interested parties should provide a written expression of interest, an innovative, detailed technical approach, and an estimated cost (for budgetary planning purposes). Firms who wish to respond to this RFI should also include their business size, Dun and Bradstreet Number, GSA Schedule number should they hold one. All responses are to be submitted via e-mail in Microsoft Office format to Mr. Aaron H. Ford, Contracting Officer. The Contracting Officer's e-mail address is as follows: aaron.h.ford@dhs.gov. Additional or supplemental hard copy materials may also be submitted to the Office of Finance/Procurement, 1300 Pennsylvania Ave, NW, Suite 1310 NP, Washington DC, 20229, ATTN: Aaron H. Ford, Contracting Officer. All packages submitted electronically or by electronic media shall be free of any computer virus. If a virus is found, the package will be destroyed and a replacement provided within 3 days after notification. This office must receive responses to this RFI no later than 12:00 noon on November 3, 2003. THIS IS A REQUEST FOR INFORMATION (RFI) AND NOT A NOTICE OF INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSAL (RFP). AT THIS TIME, NO SOLICITATION EXISTS. DO NOT REQUEST A COPY OF THE SOLICITATION. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment of direct or indirect costs or charges by the Government will arise as the result of the submission of contractor?s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Any questions should be directed to the Contracting Officer at the phone number specified in the Point of Contact information below.
 
Place of Performance
Address: 1300 Pennsylvania Avenue NW, Suite 1310 NP, Washington, DC
Zip Code: 20229
Country: USA
 
Record
SN00448002-W 20031008/031006213016 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.