SOURCES SOUGHT
66 -- Portable Radio Graphic System
- Notice Date
- 4/7/2016
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-16-X-04GA
- Archive Date
- 4/30/2016
- Point of Contact
- Maria Robertson, Phone: 9737246553, Courtney-Lynn Fox, Phone: 9737242186
- E-Mail Address
-
maria.k.robertson.civ@mail.mil, Courtney-lynn.t.fox.civ@mail.mil
(maria.k.robertson.civ@mail.mil, Courtney-lynn.t.fox.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Introduction: The Army Contracting Command, New Jersey (ACC-NJ) is conducting market research, on behalf of the Office of Program Management, Close Combat Systems (OPM-CCS) to seek information from industry (preferably manufacturers) regarding currently available devices and technologies that could be procured to address an immediate need for a portable radio-graphic diagnostics capability to support diagnostics/disposal of Unexploded Ordnance (UXO) and Improvised Explosive Devices (IED's). DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND / REQUIRED CAPABILITIES The responsibility of the US Army's Explosive Ordnance Disposal (EOD) team's is to detect, identify, conduct on-site evaluation, render-safe, exploit, and achieve final disposition of all explosive ordnance. To accomplish this, EOD Technicians must be able to analyze and determine the condition of a device or munitions when responding to threats. EOD diagnostics is the ability to assess a threat, which encompasses identifying the internal components, evaluate the threat's condition, and selecting the appropriate render-safe, disposal, or neutralization procedure. To safely perform diagnostics, a need exists to remotely perform non-invasive interrogation of unknown devices, specifically, a portable radio-graphic system capable of imaging targets. The system requirements are: Resolution and Penetration: Detection of 36 AWG copper wire through 1" of steel and compatibility with Golden Engineering X-ray generators (XR-150, XR-250, and XRS-3) Imager thickness: <1.5" Large image capturing capability: Should support "stitching" images to 48" x 36" Material Reliability: 720 hrs of operation Emplacement time: < 5 minutes to emplace Image acquisition time: <10 sec Image Resolution: Sufficient to support "Penetration" requirement Imager weight: 8 lbs. or less Portability: Carried by 2 people or less, backpackable Remote Operation via fiber or RF communications Operational Temperature: Up to 140 degrees F Note that while the objective system would comply with all the aforementioned requirements, it is understood that limitations imposed by the state of current technology make this unlikely. The government is nonetheless interested in devices/technologies that could fulfill some, if not all, of the requirements. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 225.7002 and 252.225-7014 Alt. 1. ELIGIBILITY The applicable NAICS code for this requirement is 334519. The Product Service Code (PSC) is 6635. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the products/systems listed in this Technical Description. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, (Maria Robertson), in either Microsoft Word or Portable Document Format (PDF) no later than 12:00 p.m 15 April 2016 and shall reference the synopsis number in the subject line of the e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Tailored capability statements should include the following information regarding the offerors relevant capabilities, to include a description of facilities, personnel, and technical and manufacturing capabilities. Respondents should also state whether they are currently, or have in the past, manufactured this or similar items, whether any sales to local, state, and federal agencies have transpired, and whether any open Federal or DoD contracts exist. The response would ideally also include information regarding unit pricing at specified procurement quantity ranges, production delivery rates (quantity delivered per month), and estimated lead time to first delivery after receipt of order. The government also requests information regarding whether a specific software package is required or recommended to control and/or interface with their system. Information regarding the availability of system warranties, sustainment or service plans, or information regarding maintenance or reliability from which a sustainment plan could be developed should also be included in the submission. All responsible interested sources shall submit their capabilities/qualification data and pertinent information by 15 April 2016. E-mail submittals must be restricted to a maximum file size of 15MB and should be in MSWord or PDF format. Do not send large files compressed using Winzip as files with this extension will be automatically blocked by the Government's mail server. The contract type is anticipated to be fixed priced price. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Maria Robertson and Contracting Officer Courtney-Lynn Fox, in either Microsoft Word or Portable Document Format (PDF), via email to courtney-lynn.t.fox.civ@mail.mil and maria.k.robertson.civ@mail.mil. All questions must be submitted to the email addresses identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/29ff4122519040fd12aa19408bcd0951)
- Place of Performance
- Address: N/A, United States
- Record
- SN04076411-W 20160409/160407234557-29ff4122519040fd12aa19408bcd0951 (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 |