Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2005 FBO #1210
SPECIAL NOTICE

15 -- REQUEST FOR INFORMATION - Alternatives and Design Concepts for an Airborne Border Incursion Detection System (ABIDS)

Notice Date
3/18/2005
 
Notice Type
Special Notice
 
NAICS
336411 — Aircraft 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-RFI-ABIDS-3-18-05
 
Response Due
5/2/2005
 
Archive Date
5/17/2005
 
Description
Description SUBJECT: REQUEST FOR INFORMATION (RFI) - Alternatives and Design Concepts for an Airborne Border Incursion Detection System (ABIDS). SUSPENSE: Submit written responses by 3:00 p.m. Washington, DC local time on May 2, 2005. GENERAL INFORMATION: The Department of Homeland Security (DHS), Customs and Border Protection (CBP) and its associated agencies, has a need to provide a capability to detect, identify and track all incursions attempting to illegally gain access to the United States southern border via both ground and air routes. CBP is interested in an airborne concept with the following attributes: - Provide minimum surveillance area coverage of 300 miles by 5 miles. o Provide autonomous search capability - Detect, track and identify incursions (single and in groups) to include ground vehicles and aircraft o Day and night operational capability o Operate in all weather and cloud cover conditions o Detection capability in all terrain types (desert, mountain, heavy foliage, rivers and lakes) - Sustain 36 hours of continuous uninterrupted operations while providing 24 hours a day 7 day a week coverage - Concept must be compliant with all Federal Aviation Administration operating requirements DATA/INFORMATION REQUESTED. Private sector industry is invited to submit written design concepts, performance, and cost information regarding a system that can meet the ABIDS attributes listed above. The written response should contain a point of contact for follow-up communication. Please indicate any willingness for follow-up briefings. We are asking that each potential prime contractor provide us with detailed information on all concepts they believe to be viable. The Government requests each respondent provide sufficient technical, cost and schedule related information so the viability of each concept can be fully considered. Technical information should include a description of the system concept, weight, range, speed, operating range/altitude, payload (weight, size and performance), sensor capability, support systems, operating and maintenance facility requirements, personnel requirements, communications and any performance limitations. For purposes of this RFI, assume two production systems with logistics, training, facilities, request cost information be provided in both Base Year FY 05 and in Then Year. For this RFI only, calculate production costs (to include learning curves and first units), operating and support costs, disposition costs, and other costs in terms of a 15 year operational life in the following total quantities: 2, 4, and 8 systems. In addition, provide the ground rules, assumptions, and program schedule used to calculate the costs. The Government will adhere to any ?Proprietary? or ?Other Markings? placed on information provided. THIS RFI IS NOT A REQUEST FOR PROPOSAL NOR DOES IT CONSTITUTE A CURRENT OR FUTURE GOVERNMENT REQUIREMENT. ANY INFORMATION PROVIDED TO THE GOVERNMENT IS STRICTLY VOLUNTARY AND AT NO COST TO THE GOVERNMENT. ALL DATA PROVIDED TO THE GOVERNMENT IS PURELY VOLUNTARY ON THE PART OF THE PROVIDER AND AT NO COST TO THE GOVERNMENT. DELIVERY INFORMATION / POINTS OF CONTACT: Please submit three copies of your response to U.S. Customs and Border Protection, Office of Procurement, Suite 1310, ATTN: Sharon Lim, 1331 Pennsylvania Ave., NW, Washington, D.C. 20004. Questions and comments should be directed to the Contracting Officer, Sharon Lim, on (202) 344-1112, FAX (202) 344-1190 or Email: sharon.lim@dhs.gov.
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: USA
 
Record
SN00771280-W 20050320/050318211529 (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.