SOURCES SOUGHT
58 -- Small, Medium Radiographic Imaging Systems
- Notice Date
- 7/20/2006
- Notice Type
- Sources Sought
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
- ZIP Code
- 20229
- Solicitation Number
- Reference-Number-HSBP072006
- Response Due
- 8/10/2006
- Archive Date
- 8/25/2006
- Description
- U.S. Customs and Border Protection (CBP) issues this Request for Information (RFI) regarding radiographic imaging systems. This RFI is for small and medium scale Radiographic imaging systems for use in International mail facilities and International Airports. Applications; Systems being sought are for screening international passenger luggage and packages as well as packages and flat mail at mail facilities and consignment centers. Targeted items for both mail and airport facilities are money, guns / ammunition, agricultural items, explosives, chemical, biological and nuclear agents. Systems will be used in both visual and automated detection modes. Automated detection capability should be available for some or all of these targets. Threshold capability is detection with the ultimate objective being identification. Notional technical requirements and features for achieving threshold detection and identification capability in above applications follow; X-ray source between 140 and 160 KeV, use of dual energy to achieve a .5 Z or better contrast sensitivity, a dual imaging feature, minimum penetration (21-32 mm of steel), minimum resolution 34 AWG wire. Note: Regardless of notional technical requirements described herein vendors with other types of technologies that can achieve desired detection capability should respond. All responses should briefly describe how you will achieve requested detection and identification requirements. Expected operating modes; stand-alone or integrated into automated processing line. Size constraints may vary with expected maximum size of approximately 130? L x 54? W x 70? H. This size constraint is approximate. System sizes and capability along with facility constraints will be considered in total. CBP seeks systems for use within existing facilities. Constraints within facilities vary, but generally, critical system attributes being sought are low cost, small physical size, movable, high reliability and automated alarming options for high threat material. CBP is not soliciting recommendations for research and development projects or prototypes. 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 Terence Lew, Contracting Officer. The Contracting Officer's e-mail address is as follows: terence.lew@dhs.gov. Additional or supplemental hard copy materials may also be submitted to the U.S. Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Ave, NW, Suite 1310 NP, Washington DC, 20229, ATTN: Terence Lew, 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 August 10, 2006. 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: U.S. Customs and Border Protection, Suite 1310, National Place, 1331 PA Ave. NW, Washington, DC 20004
- Zip Code: 20004
- Country: UNITED STATES
- Zip Code: 20004
- Record
- SN01093712-W 20060722/060720220553 (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 |