SOURCES SOUGHT
A -- Nuclear Threat Technology Evaluation
- Notice Date
- 8/6/2008
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- NuclearThreatTechEval
- Archive Date
- 8/26/2008
- Point of Contact
- Phorsha R Peel,, Phone: 202-254-7095, Lattia Baker,, Phone: 202-447-5482
- E-Mail Address
-
phorsha.peel@dhs.gov, lattia.baker@hq.dhs.gov
- Small Business Set-Aside
- N/A
- Description
- 1.Background The Domestic Nuclear Detection Office (DNDO) within the Department of Homeland Security (DHS) is a jointly staffed office with the mission of improving our nation’s capability to detect and report unauthorized attempts to import, possess, store, develop, or transport nuclear or radiological material for use against the our nation and its interests. DNDO is implementing a systematic approach to develop, acquire, deploy, integrate, and support systems and services. 2.Technical Instructions The Domestic Nuclear Detection Office requests information from vendors who shall be responsible for developing the requisite processes and methodologies to assess and analyze data and algorithms from the port of entry border protection, maritime, aviation, international rail, on-dock rail radiation detection systems used in protecting our nation and its interests. In support of Advanced Spectroscopic Portal (ASP)/Radiation Portal Monitor (RPMs) goals through an independent system verification and validation for benchmarking developmental and deployed systems, the contractor must have the following technical capabilities: A.Collection and storage of data and algorithms in support of technical assessment; B.Statistically significant probabilistic analysis/assessment of system algorithm performance; C.Independent technical analysis, assessment and determination of gap analyses; D.Evaluation of algorithms/modeling/simulation to improve system performance and mitigate risk prior to and subsequent to deployment; E.Spectroscopy; F.Interface Control Document (ICD1) and (ICD2) formats; G.Established tools/methodologies to assess and analyze data; and H.Top Secret Cleared facility, personnel, and data processing equipment. 3.Capabilities Statement The transmittal letter must contain the Company’s name, address, and contact information. The Government will not accept classified submissions. The statement is a stand-alone, synopsis of a technology and the associated technical capabilities that meet the objectives outlined in Section 2, Technical Instructions letters A-H. The statement should be printable on one side on a single sheet and shall not exceed 4 pages. Please limit the file size to less than 5 MB, use standard page size (8.5” by 11”) in 12 pt font and 1” margins or larger. The capabilities statement should be submitted to Contract Specialist, Phorsha Peel at phorsha.peel@dhs.gov no later than August 11, 2008, 5:00PM Eastern Standard Time.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=378d43e027a4bed939853504835c18bd&tab=core&_cview=1)
- Place of Performance
- Address: 245 Murray Lane, Washington, District of Columbia, 20528, United States
- Zip Code: 20528
- Zip Code: 20528
- Record
- SN01632797-W 20080808/080807103617-378d43e027a4bed939853504835c18bd (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 |