Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
SOURCES SOUGHT

B -- EXPLOSIVES DETECTION EQUIPMENT

Notice Date
8/3/2004
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
Reference-Number-STRIKER1
 
Response Due
8/13/2004
 
Point of Contact
Craig Smith, Support Purchasing Agent (CPO), Phone 252-335-6772, Fax 252-335-6840,
 
E-Mail Address
craigsmith@arsc.uscg.mil
 
Description
Request for Information (RFI) in regards to Explosives Detection Equipment for the USCG National Strike Force 1.0 SUBJECT This is a Request for Information (RFI) in regards for one of the functional areas of the US Coast Guard National Strike Force (NSF). This is not a Request For Proposal (RFP) or Request for Quote (RFQ). Responses are requested for this RFI no later than 13 August 2004. When responding, please follow all directions in Section 7.0. 2.0 DESCRIPTION The NSF, at the request of its Commanding Officer, is seeking information from industry that will assist in the development of ideas as well as being exposed to currently market tested Commercial-Off-The-Shelf (COTS) equipment for use in Chemical, Biological, Radiological, Nuclear, and Explosive (CBRNE) environments. Specifically, this RFI seeks the following information in the areas of Explosives Detection: Conceptual Alternatives and Ideas Technical feasibility alternatives assessments Approximate cost information (i.e., order of magnitude, ballpark estimates, etc.) for alternatives Schedule estimates Ideas and suggestions that provide alternative approaches to designing, developing, acquiring, operating, and managing NSF requirements Tangible Market Tested Equipment Information about currently market tested technologies that could support NSF Approximate cost information (i.e., order of magnitude, ballpark estimates, etc.) for alternatives Approximate user training requirements (initial and recurring) Certified Independent Government lab testing and official certifications for reliability, availability, and maintainability are critical. FDA, NIOSH, NFPA, ANSI, ASME, and IEEE standards are outstanding measures of suitability. ISO 9001 certification should be highlighted 3.0 REQUIREMENTS For purposes of responding to the RFI, requirements on the form of responses are addressed in Section 5.0 below. EXPLOSIVES DETECTION TECHNOLOGY: Field portable, rapid identification of explosive devices in the field Non-invasive sampling or analysis Minimal user training Operable in hazardous atmospheres by personnel in protective ensembles Low false positive and false negative alarm rates, ability to resolve interferences in hazardous atmospheres ?Intrinsically safe? rating from Third Party testing Other requirements not directly related to NSF may be addressed at a later date in conjunction with other Government Agencies. Examples of such requirements include law enforcements alternatives, security policies, consequence management and other important considerations for first responders. The purpose of this RFI is to gather information about those requirements enumerated above. To the extent simplifying assumptions are needed, respondents are encouraged to make and document such assumptions in their responses. 4.0 POSSIBLE SOLUTIONS NSF must meet the functional requirements specified above. NSF is open to alternative concepts for solutions that meet these requirements. NSF encourages creativity and outside-the-box thinking in responses to this RFI. This RFI seeks information about this functional area as well as other approaches that could meet the functional requirements. In doing so, NSF seeks to understand the tradeoffs among risks, costs (initial and ongoing), user training requirements and alternative technical architectures that incorporate utilization of the submitted ideas or tangible products. Accordingly, respondents are encouraged to provide information about any alternatives that can be demonstrated described in section 3.0, above. 5.0 SAMPLE RESPONSE OUTLINE THE PREFERRED RESPONSE FORMAT IS A QUAD CHART VIA EMAIL (see enclosure). Included below is additional important information and suggested maximum page counts for expanding on these items. This is intended to minimize the effort of the respondent and structure the responses for ease of analysis by NSF. Nevertheless, respondents are free to develop their own response as they see fit. Section 1 ? Identification of Capability First, please identify in BOLD LETTERS which functional area this applies to. Please identify if this is a concept alternative or finished, tangible, market tested product ? along with variations of this product. (3-5 pages per alternative with one diagram or image per alternative identifying the brand/type of equipment that would typically be deployed) Section 2 ? Feasibility Assessment Briefly describe the feasibility of the concept alternative or product and the design tradeoffs involved. (1 page per alternative) Section 3 ? Cost and Schedule Estimates If applicable, provide cost estimates for each alternative for 1, 3, and 5-year service contract terms for non-recurring and annual recurring costs. If feasible, discuss cost drivers, cost tradeoffs, and schedule considerations (2-3 pages) Section 4 ? Corporate Expertise Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant. (No suggested page count.) In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, security requirements, security assurance processes, and any relevant lessons learned. Please describe your quality control standards - i.e. ISO 9001 compliance, etc. If applicable, please highlight your FDA, NIOSH, NFPA, ANSI, ASME, and IEEE certifications (1-2 pages per project). Include any comments on the structure of the requirements for a formal RFP response. In addition, please indicate CCR registration and any GSA schedule information. Note ? please also describe any items that would be available for testing along with available testing data. Section 5 ? Additional Materials Please provide any other materials, suggestions, and discussion you deem appropriate. 6.0 DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. 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. 7.0 CONTACT INFORMATION Following are the Points of Contact (POC) for this RFI, LTJG Rich Dixon USCG National Strike Force Coordination Center (NSFCC) 1461 N. Road St. Elizabeth City, NC 27909 (252)331-6000 rdixon@nsfcc.uscg.mil MSTC A.J. St.Germain USCG NSFCC 1461 N. Road St. Elizabeth City, NC 27909 Ast.germain@nsfcc.uscg.mil [INSERT CONTRACTING OFFICER REP #1 INFO HERE] [INSERT ALTERNATE CONTRACTING OFFICER REP HERE] Please submit responses via e-mail in Microsoft Office format by 11 August 2004, to the POCs at above. For organizational purposes please begin all e-mail ?Subject lines? with ?HDR TECHNOLOGY? followed by your COMPANY NAME. Additionally, please ensure your company address, phone number, and fax number are included. Please DO NOT SEND any equipment to this command without prior coordination with the Contracting Office. UNLESS REQUESTED, DO NOT SEND PROCUREMENT OR BUSINESS SENSITIVE INFORMATION ? ALL INFORMATION WILL BE TREATED AS OPEN MARKET SOURCE MATERIAL. Upon request, you may also submit supplemental hardcopy materials such as brochures, etc. upon coordination with any of the POCs.
 
Place of Performance
Address: USCG NSFCC, 1461 N. ROAD STREET, ELIZABETH CITY, NC. 27909
 
Record
SN00635390-W 20040805/040803211604 (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.