MODIFICATION
63 -- Enhanced Metal Detector (EMD) Qualified Product List
- Notice Date
- 7/10/2006
- Notice Type
- Modification
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
- ZIP Code
- 22202
- Solicitation Number
- HSTS04-06-R-AF001
- Response Due
- 7/17/2006
- Archive Date
- 8/1/2006
- Description
- The Transportation Security Administration (TSA) is seeking sources for walk-through metal detectors (a.k.a. Enhanced Metal Detectors -EMDs) for use at our Nation?s airports. Offerors must submit a product that satisfies the TSA technical requirements. TSA will examine each Offeror?s response to this announcement to evaluate experience, existing product capabilities and production capabilities. The TSA will establish a Qualified Product List (QPL) based on the technical performance of each Offeror?s EMD against TSA specifications. Only Offerors who respond to this announcement and who demonstrate they can fulfill TSA?s requirements will be eligible for placement onto the QPL. Only the offerors who are successfully included on the QPL will be eligible to compete for a possible contract award. Placement on the QPL does not guarantee receipt of contract. INSTRUCTIONS There are 6 steps in this source selection process: Step-1 Industry sources interested in participating in this procurement must respond to this announcement. Responses must be received by Mr. Adam Freimanis or Ms. Melissa Conley no later than Monday July 17, 2006 5:30 P.M. EDT (see note). The offeror must provide a white paper not to exceed 4 single-sided pages (12 pt font, 1 inch margins, 8.5 inch x 11 inch paper) describing walk- through metal detector experience. Offerors must submit either a hard copy or electronic version. The electronic version must be submitted in PDF format or read-only Word documents. The white paper must contain the following information: 1. Models Produced: All interested parties must submit a list of EMDs currently in production. Production history of each unit must also be provided, including month/year of initial production and quantity produced in each of the last six (6) months. 2. Manufacturing Capabilities: All interested parties must provide the location of manufacturing facilities in which current products are produced. Descriptions of these facilities must provide; size, number of employees, production capacity for each metal detector model, current operating level as a percentage of maximum capacity and the types of manufacturing operations performed in each facility. Each company must also provide historical past performance references (min. of three references with POC information). The past performance must reflect successful deployment of the walk through metal detectors currently available. 3. Quality Assurance: Evidence of current ISO 9001:2000 or internationally recognized equivalent quality assurance standard compliance. All interested parties must be ISO 9001:2000 or have an internationally recognized equivalent quality assurance standard at the time of test article submission. 4. Point of Contact: Company name and address, responsible individual, phone number and e-mail address. 5. Security: A signed copy of the Enhanced Metal Detector (EMD) Non-Disclosure Agreement (NDA). Please send an email to adam.freimanis@dhs.gov and melissa.conley@dhs.gov requesting this form. 6. Test Piece: Each potential vendor will be required to enter into a bi-lateral bailment agreement. This agreement will cover the policy for the loaning of equipment to the TSA for testing and will document the policies for the distribution of the MOCK-1E test piece. This procurement action will be restricted to those companies that have been determined by the Government, based on information provided in their response to this announcement to be viable suppliers of walk-through metal detectors (a.k.a. EMD). Failure to provide complete and accurate data or not being able to meet any of the requirements of Steps 1-6 may result in the vendor being disqualified from the EMD2 process Step-2 For the companies that TSA deems eligible for the competition, the TSA will distribute the Test Requirements Kit (TRK). The TRK includes but not limited to: the password to the EMD Technical Requirements Document (TRD), the Management Plan for EMD Qualification Testing, and a Metal Object Calibration Kit (MOCK-1E). TSA will distribute the TRK to the select companies within approximately three business weeks after the due date for the white papers. A security check may be performed on each ?selected? company prior to release of TRK. The Government reserves the right to adjust the TRK distribution date. Step-3 Offerors wishing to participate after review of the TRK, must submit up to three (3) units for the TSL test, conforming to the TRD (at no cost to the TSA) and a qualification data package (QDP) not to exceed 15 pages (12 pt font, 1 inch margin and 8.5 x 11 paper) providing evidence of conformance to the minimum requirements in the TRD. The response date for completed QDPs will be approximately 90 days after release of the TRK. The MOCK-1E must be returned with the unit samples and QDP or the Offeror?s submission will not be considered for award. The submission date for the test units will be one week after the successful submission of the QDP. Offerors wishing to participate in the test process must provide evidence of current ISO 9001:2000 or internationally recognized equivalent quality assurance standard compliance prior to the start of TSL testing. The official testing start date will be provided in conjunction with the release of the TRK. Those companies not wishing to participate must return the MOCK-1E within 5 business days. Companies must send an e-mail to adam.freimanis@dhs.gov indicating this intention and destroy all copies of the TRD and the Management Plan for EMD Qualification Testing. In addition to returning and signing an NDA, all potential vendors will be required to sign a Bailment Agreement with the TSA. The bailment agreement will be distributed on the request of the individual vendors and will document the additional ramifications for not returning the MOCK-1E not specified in this announcement. Those companies having questions regarding this solicitation must submit them not later than ten (10) business days after the posting date of this notice via e-mail to: adam.freimanis@dhs.gov & melissa.conley@dhs.gov Step-4 TSA will conduct a QPL certification field test for Offerors who return the MOCK-1E test kit and have successfully completed the TSL test. The amount of units, to be supplied at no cost to the Government for the QPL field test, will be provided in the TRK. Step-5 TSA will distribute an RFP (Request for Proposal) to all venders whose product(s) are placed on the QPL. Placement on the QPL does not guarantee receipt of contract. Step-6 TSA will provide a pre-proposal conference within fifteen (15) days of RFP release. This announcement is for informational purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This announcement does not commit the Government to pay any costs incurred in the submission of responses. Only proposals from qualified Offerors will be evaluated for award. Inclusion to the QPL does not guarantee receipt of contract. Note: Priority and ?express? mail delivery times(to include FedEx, UPS, DHL and others) to the TSA are usually 3-4 days longer than standard delivery times for these types of mail. Standard USPS mail generally arrives as fast if not faster than all other types of mail. White papers can be mailed, dropped off at TSA HQ or sent electronically. To mail white papers send them to: Transportation Security Administration 701 South 12th Street. TSA 25 Attn: Adam D Freimanis Arlington, Virginia 22202
- Record
- SN01085493-W 20060712/060710220335 (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 |