Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2011 FBO #3331
SOURCES SOUGHT

66 -- DTRA Enhanced Access Control (Turnstile and Breezeway Pedestrian Screening System)

Notice Date
1/5/2011
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
SCR100018892
 
Point of Contact
Kathleen Jones,
 
E-Mail Address
Kathleen.Jones@dtra.mil
(Kathleen.Jones@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Portable Imaging Technologies for Explosive Detection and Explosive Ordnance Disposal (EOD) Applications. The Combating Terrorism Division (RD-CXC) of the Defense Threat Reduction Agency (DTRA) is soliciting capability statements from government, industry, and academia for information on commercial off-the-shelf (COTS) and advanced developmental products using radiography and alternative technologies suitable for use as portable imaging systems for EOD and explosives detection applications. Technical Requirements: Imaging operations for EOD are conducted globally and in all weather and environments. Current systems in use are battery operated radiography systems, capable of being carried and deployed by hand by one individual, and typically produce a usable image in five minutes or less. Objects of interest are a variety of thicknesses of materials ranging from plastics to steel, and radiographic imaging is used for detailed analysis and identification of electronic components and other items within the target. Responses with regard to potential technologies for EOD imaging applications should address the following key factors: 1.Size and Mobility: A. Size (dimensions), form factor and weight of the system / components with a view to offer the best mobility for deployment, setup and operation. B. Power requirements: batteries, A/C power, etc. 2. Imaging Performance: a. Image Quality Indicator (IQI) metrics including penetration, resolution, and material discrimination based on: i. Portable X-ray Systems for Use in Bomb Identification - National Institute of Justice (NIJ) Standard NIJ 0603.01,. ii. Any other standards or targets suitable for portable imaging systems for EOD applications, and/or, iii. Penetration through steel (resolution of electronics, components, and wires). B. Number of images that can be generated in 5, 15, 30 and 60 minutes. C. Standoff Distance: Maximum distance possible between the system and the target plate or image capture system to satisfy IQI metrics. D. Field of View: The field of view at the standoff distance as defined above. E. Single Side: The capability to satisfy IQI metrics with access to only one side of the target. 3. Operational Performance: A. Amount of time necessary to perform system set-up, from arrival in transportation case/configuration to initial image capture (including number of parts for assembly). B. Operating run/cycle time. C. Ability to integrate with user software. D. Specifications for shock resistance, water resistance, maximum and minimum operating and storage temperatures and relative humidity. Documentation that system has passed ruggedness and environmental testing metrics performed by an accredited laboratory. These tests include bump, drop, temperature, and humidity/water testing, based on Portable X-ray Systems for Use in Bomb Identification - National Institute of Justice (NIJ) Standard NIJ 0603.01. E. Reliability, maintainability (mean time to failure), and availability metrics. F. Maintenance requirements. G. Hazards/hazardous components. H. Special licenses/restrictions. I. For COTS and near-COTS systems, provide field test and operational usage including customer references, number of devices tests/used, failure rates, and duration of the test/usage experience. 4. Maturity: A. Availability as COTS, near-COTS, or R&D technologies and applications. B. Technology Readiness Level (TRL). C. Development time 5. Cost: A. Cost per Unit. B. Operational Costs. C. Developmental Cost (for R&D technologies and applications). Submission Requirements: In order to evaluate the responder's technology, responses should include the following documentation, with each section identified with the number (1-7) as indicated: 1. Cover page with Company name, Contact information (points of contact, address, e-mail, telephone number), CAGE Code, size of business pursuant to North American Industrial Classification System (NAICS), Product Name (1 page max). 2. Explanation of why the device or system meets the technical requirements listed in this RFI (1 page max). 3. The following technical information or product literature should be submitted in electronic format (MS Word or Adobe Acrobat) and should be limited to 10 pages: A. Technical design description, including details of imaging technology including image generator, image rendering, beam geometry. B. Information on key factors listed in the technical requirements section. 4. Product instructions: A. Installation instructions. B. Operation instructions. C. User manuals 5. List of items required to support testing of the system, including, but not limited to: power requirements, sensors, cabling, hardware, software, physical interfaces, and any additional equipment associated with the system's operation (3 pages max). 6. An itemized list of cost for the system and items required for testing, including hardware and software and support equipment (3 pages max). 7. Response time for device delivery (1 page max). Upon review of all submissions in response to this RFI, DTRA may schedule individual meetings with any or all respondents to gain further understanding into their specific responses. Based on review, a number of devices may be selected for technology demonstration and ultimately for laboratory testing to characterize their operational performance to meet EOD mission goals. The initial evaluation will be based on product information provided in response to this RFI. Selection of a suitable system for laboratory testing may require that the image capture system and the image generator be evaluated individually and integrated by DTRA for operational assessment. Responses shall be submitted electronically no later than 5:00 PM EST on Monday, 31 January 2011 to the Contracting Officer, Kathleen Jones at Kathleen.Jones@dtra.mil. All responses shall be transmitted electronically. Submissions shall be compatible with and accessible using Microsoft office software applications. Additional Information: There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this RFI. Any information submitted in response to this RFI is voluntary. This RFI is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. It is the responsibility of potential offerors to monitor this site for the release of any follow-on information. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available and requests for the same will be disregarded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/SCR100018892/listing.html)
 
Record
SN02355006-W 20110107/110105234314-277be97c74cb67ca887df14764cfd69a (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 |
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.