Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
SOURCES SOUGHT

70 -- Large Scale Non-intrusive Inspection Systems

Notice Date
7/6/2004
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
Reference-Number-HSBP070604
 
Response Due
7/22/2004
 
Archive Date
8/6/2004
 
Point of Contact
Terence Lew, Contracting Officer, Phone (202) 344-1247, Fax (202) 344-1254,
 
E-Mail Address
terence.lew@dhs.gov
 
Description
SOURCES SOUGHT NOTICE & REQUEST FOR INFORMATION. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. No solicitation is available. This RFI is released pursuant to FAR Part 15.201(e), Exchanges with Industry. The U.S. Customs and Border Protection (CBP) issues this Request for Information (RFI) regarding imaging systems for Large Scale Non-Intrusive Inspection (NII) equipment. CBP is looking for new, innovative technical approaches to high-energy NII imaging systems. The requirement is for four (4) configurations (fixed, mobile, rail and pallet). These large scale NII imaging systems are for the detection of Weapons of Mass Destruction, (including nuclear weapons, dirty bombs, chemical and biological weapons, and their components), explosives, conventional weapons, drugs, and other contraband, concealed in steel-walled tankers, tractor trailers, towed vehicles, cargo containers, automobiles, pick-up trucks, buses, towed trailers, railcars and large pallets. Critical system attributes being sought are as small as practicable physical size and weight, high reliability, high cargo and conveyance penetration, high quality imaging and low cost. These systems will be deployed at land border crossings and at seaports. The fixed and mobile inspection systems shall be capable of inspecting the largest commercial vehicles that are allowed on the public roadways. The pallet inspection system shall be capable of inspecting large pallets up to 5,000 lbs. The rail inspection systems are required to image railcars within the North American Train Bridge Envelope (double stacked cars, tri-level auto carriers, boxcars, tankers, spine cars, grain cars and tankers). The trains will be traveling in both northbound and southbound directions at constant speeds. Imaging systems must perform with no gaps, no missing sections, and no loss of image data. Operationally, the systems need to completely penetrate fully laden cargo in a single scan and provide high throughput. The operational environment for all NII imaging systems ranges from desert to arctic conditions that typically include temperatures between ?20 degrees to + 120 degrees F and winds of up to 40 mph (125 mph rail only). The rail, fixed and mobile systems shall be capable of operating outdoors during a 24-hour day, and in a variety of climatic environments such as the hot arid desert, warm and humid coastlines and extreme cold northern borders of the United States. The pallet system shall be capable of operating on a loading dock or in a warehouse. All inspection systems shall be capable of a minimum of 16 consecutive operating hours daily. All systems shall be capable of being operated by a two-person team. As for radiation safety, list exclusion zone parameters for non-radiation workers at .05mR/hr above background. System resolution shall be 0.125 inches preferred but not less than 0.5 inch for mobile, fixed and pallet. For rail only (one (1) inch resolution) at the systems maximum sustained throughput speed of 5-mph minimum up to 10-mph preferred (at track centerline). Penetration shall be sufficient to see through cargoes up to 8? wide with densities up to 1g/cc. Contrast sensitivity of at least 2% is desired throughout the penetration range and shall be quantified as it relates to speed (example: X % at Y mph or Y inch/sec). Image quality (resolution, contrast and penetration, etc.) shall be satisfied using high efficiency detectors and 16-bit minimum image processing technology. To summarize, we are looking for new, innovative, high performance, NII technology approaches to image all containers, cargo and conveyances crossing U.S. borders in real time and (rail cars in near real time). CBP requires for evaluation fully functional next generation production imaging inspection systems incorporating the latest technical advances. Of special interest is a built-in capability to passively detect (in a single pass) the presence of neutron and gamma radiation emissions. Advanced ?smart? signal processing to assist the operators in threat detection and identification is also of particular interest. The vendor shall provide a production schedule with the initial delivery within five months after Contract Award and deliveries of one each month thereafter. CBP will evaluate image resolution, contrast sensitivity and penetration by use of Image quality penetrameters in accordance with ASTM standards for radiographic imaging. Radioactive materials and WMD detection and identification performance will be tested using standard radioactive test sources as described in table 3 of the ANSI Standard N42.35 as threat surrogates. The vendor will be required to show the entire target vehicle being scanned in a single screen display. In addition the vendor will be required to provide examples of false color mapping of images using palettes. The vendor will also have to demonstrate that the inspection systems meet all radiation safety NRC and state requirements and the appropriate NRC license for the production systems. In accordance with FAR 15.202(e), responses 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, including any subsequent product demonstrations. All responses are to be: provided on company letterhead, limited to 15 pages, and limited to commercially available off-the-shelf products (developmental products are not being considered). Responses must demonstrate compliance with the system specifications listed above, include the applicable Federal Supply Schedule contract number and be submitted via e-mail, only, in Microsoft Office format to: terence.lew@dhs.gov with a copy to Dean.Titcomb@associates.dhs.gov. Contacts must by email only. 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. Response to this RFI must arrive in this office no later than 12:00 noon on July 22, 2004.
 
Place of Performance
Address: All Ports of Entry throughout the United States
 
Record
SN00615281-W 20040708/040706211513 (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  © 1994-2020, Loren Data Corp.