MODIFICATION
99 -- DHS_OHA_CDP_2011
- Notice Date
- 12/29/2010
- Notice Type
- Modification/Amendment
- NAICS
- 928110
— National Security
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- DHS_OHA_CDP_2011
- Archive Date
- 2/12/2011
- Point of Contact
- Jason Bailey, Phone: 2022546676, Tisha W Blue, Phone: 202-447-5745
- E-Mail Address
-
jason.bailey1@dhs.gov, tisha.blue@dhs.gov
(jason.bailey1@dhs.gov, tisha.blue@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This special notice is a Request for Information (RFI) as identified in FAR 15.201(c)(7). A solicitation is not being issued at this time, and this notice shall not be construed as a commitment by the Government to a particular acquisition approach. Request for Information - DHS Chemical Detection Guide for Underground Facility Monitoring (RFI: DHS_OHA_CDP_2011) Program Description The U.S. Department of Homeland Security (DHS) is seeking information on Commercial-Off-The-Shelf stationary point chemical detection equipment that can be integrated into an underground transit system environment. The equipment identified by potential sources may be Commercial-Off-The-Shelf (COTS) products or mature emerging technologies/prototypes. The chemical detection equipment identified must have the potential to be incorporated into an underground transit system infrastructure and Ethernet based network. This request for information does not address chemical detection equipment that requires extensive sample preparation or constant oversight. DHS is specifically looking for a chemical detection system which meets the desired capabilities below. Desired Capability: Respondents are requested to describe their chemical detection system with respect to the following metrics [desired capabilities]. • Rapid, autonomous detection and identification of multiple targets for a broad range of toxic industrial chemicals (TIC's) and/or chemical warfare agents (CWA's). o Technical approach used for sample preparation and analysis o List of detected TIC's and CWA's detected by platform o Sensitivity and specificity in the sample matrix to be analyzed o Response Time (Detection /Identification) o Response Threshold and Limit of Detection o Interferent Rejection o Detection Accuracy (False positive and False negative ratios) • Detect-to-Warn capabilities (e.g., audio/visual and network-integrated capabilities, if any) • Minimal logistics (weight, and storage requirements of consumables, if any) • Minimal operator interaction • Minimal training requirements [e.g., < 2 weeks for operators skills level • Operable by individual with minimal education level (high school education). • Communication via Ethernet / USB 2.0 • Power source requirement and usage (e.g. 120V, 60hz preferred) as well as feature an on-line uninterruptible power supply with backup capability • Minimal installed footprint (ft2) in operational configuration, including defined free spaces on all sides and top and bottom of instrument. • Physical shock, vibration and weather resistance upon installation, in transit, and during shipping Respondents are requested to address the following in their response: • Availability of COTS hardware, for briefing or demonstration in approximately February 2011 • List of equipment • CONOP's for detection verification process • Data and reporting on any laboratory, operational, or third party independent testing and evaluation • Operational temperature and humidity ranges • Operational performance in variant temperature, humidity, and in the presence of a range of interferents ( including temperature and humidity ranges)Data Output and Communications on Detector • Open architecture software / file formats readable without proprietary software • Maintenance requirements, cost to include consumables • Current commercial applications of system • Available warranties and service agreements • Based on the device sampling/analysis, frequency and probability of false positive alarms would be expected in a given time period when operating 24/7/365 • Estimates of false positive alarm rate • Design features enabling operation in dusty and dirty environments There is no commitment on the part of the government to award a contract as a result for this request for information or to pay for the information received. Interested sources shall submit information to the following email addressed no later than 1800 on January 28, 2011 (EST) to: CAPT Joselito Ignacio, Joselito.Ignacio@dhs.gov and Tisha Blue, Tisha.Blue@dhs.gov. **This announcement was modified on 12/29/10 to extend the deadline for submitting information to 01/28/2011 (By 1800 EST).**
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/DHS_OHA_CDP_2011/listing.html)
- Place of Performance
- Address: 245 Murray Lane, Bldg 410, Washington, District of Columbia, 20528, United States
- Zip Code: 20528
- Zip Code: 20528
- Record
- SN02352036-W 20101231/101229233825-56dfeb40c4673c4592752ce66dbef296 (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 |