MODIFICATION
A -- Test and Evaluation Independent Verification & Validation and Technical Support - Amendment 1
- Notice Date
- 3/23/2017
- Notice Type
- Modification/Amendment
- 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
- RDAS-17-0029
- Archive Date
- 4/13/2017
- Point of Contact
- Christiane Schmidt, , Heather Poindexter,
- E-Mail Address
-
christiane.schmidt@hq.dhs.gov, heather.poindexter@hq.dhs.gov
(christiane.schmidt@hq.dhs.gov, heather.poindexter@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Amendment 1: This amendment is to attach the Q&As. END REQUEST FOR INFORMATION (RFI) Test and Evaluation Independent Verification & Validation and Technical Support THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP or Broad Area Announcement (BAA). Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgment of receipt - IF a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any supply or service. DHS DNDO is not at this time seeking proposals. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Not responding to this RFI does not preclude participation in any future RFP or BAA. If a solicitation is released, it will be via the Government wide Port of Entry (GPE) at (http://www.fedbizopps.gov). It is the responsibility of the potential offerors to monitor the website for any information that may pertain to this RFI. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government and will not be returned. 1.0. PURPOSE The Department of Homeland Security (DHS) Domestic Nuclear Detection Office (DNDO) is seeking technical information responses to determine if viable Algorithm Test Bed (ATB) maintenance and support, independent radiological/nuclear detector test and evaluation (T&E), independent data verification and validation (IV&V), system engineering and assessment, rad/nuc source handling, technical assessments and studies, modeling and simulation, test support detector development and sustainment, classified data processing and analysis, and test data management and archival expertise exist in a single organization to support DNDO T&E requirements. A rigorous IV&V effort, in accordance with standard industry best practices, is an essential aspect of establishing the confidence that radiological/nuclear detector test data are valid and usable for interested parties who have a need to know. These efforts will be ongoing activities to ensure the test campaigns and test data validity is achieved. 2.0 BACKGROUND DHS is committed to using cutting-edge technologies and scientific talent in its quest to make America safer. DNDO's mission is to improve the nation's capability to detect and report unauthorized attempts to import, possess, store, develop, or transport nuclear or radiological material for use against the nation, and to further enhance this capability over time. Radiological/nuclear detector test and evaluation (T&E) is an integral part to affirm the efficacy of detection instruments, which will be used by DHS components and external agencies at the Ports of Entry (POEs) and other places in the United States. This RFI requests information on capabilities associated with providing modeling and simulation, radiological/nuclear detector, operational and analytic expertise, and data management needed for conducting IV&V of the test data. 3.0 INFORMATION SOUGHT WITH THIS RFI The government requests information pertaining to the capabilities across each of the following activities: 3.1 Algorithm Test Bed Maintenance: The government requests information to determine if the contractor can provide assistance with the maintenance of an Algorithm Test Bed (ATB) capability for systems defined by DNDO. The ATB will be used to assist in the radiological sensor algorithm improvements, and improvement through iterative bench-testing and evaluation. 3.2 Independent Test Data Verification and Validation The government requests information to determine if the contractor can support DNDO in the verification and validation of radiological/nuclear detector test data collected during DNDO test events. The contractor shall also assist DNDO with independent technical studies and the evaluation and assessment of programs. 3.3 Independent Test and Evaluation The government requests information on the contractors capability to conduct independent quantitative performance evaluation of complex operational systems, sub-systems and components; evaluation of alternatives and modified systems; development of metrics and evaluation criteria; collection of requisite data; and development and maintenance of testing instrumentation, databases and procedures as appropriate. 3.4 System Engineering and Assessment The government requests information on the contractor's capability to assist with developing systems engineering methods, processes, engineering-analysis tools, models and simulations, and engineering-analysis capabilities needed to support the life cycle development of DNDO systems, as well as the ability to assess the system requirements, architectures and concepts of operations required to accomplish sponsor missions. 3.5 Rad/Nuc Source Handling and Shipment The government requests information on the contractor's ability to provide technical and operational support to fissile material handling efforts including, but not limited to, SNM, sealed sources, and Radiation Signature Training Devices (RSTD). Does the offeror have the capability to host on-site tests and also transport offsite radiological sources up to and including Category III quantities of SNM? 3.6 Modeling and Simulation The government requests information on the contractor's ability to develop a framework for the various levels of modeling required to support the GNDA that would feed a model-test-model implementation. This includes the ability to provide engineering and technical support for verification and validation of DNDO developed simulations and models. 3.7 Technical Assessments and Studies The government requests information on the contractor's capacity to independently conduct and support required technical studies, analysis, performance assessments, evaluations, and special studies for the DNDO at the unclassified or classified (SECRET/CNWDI) level. Using available models and the ATBs enables the assessment of the mathematical performance of candidate algorithms and novel scientific approaches to radiological identification and detection. 3.8 Maintain Archive and Retrieval Management System (ARMS) The government requests information on the contractor's capacity to maintain integrity, security, storage and tracking capability of a central T&E data repository and distribution of unclassified and classified DNDO test data. 3.9 SUBMISSION DIRECTIONS All written submissions become the property of the United States Federal Government and will not be returned. In addition, if the contractor requests it, the government will issue an acknowledgment receipt of the submission, but will not provide any other response or feedback. The government also reserves the right to review late submissions, but makes no guarantee to the order of or possibility for review of late submissions. 4.0 Content At a minimum, manufacturer submissions to this RFI with a white paper that must be in English, in Adobe PDF or Microsoft Word compatible format. 4.1 Format 4.1.1 At a minimum, response packages should include the following identifying information: a. The title of the RFI to which the package applies. b. The company name, address, telephone number, DUNS number, facsimile number, and Website address, if available. c. Type of business (e.g., large or small). Small businesses should specify if they are a Small Business (including Alaska Nature Corporation and Indian tribe), Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including Alaska Native Corporation and Indian tribes), or Women-Owned Small Business. d. The name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 4.1.2 In order to simplify the evaluation review process, the Program encourages manufacturers to adhere closely to the following instructions when preparing their technical submission: a. All responses shall be unclassified. b. Prepare the document in Microsoft Word (.doc or.docx) using a 12 pt. font on 8.5" by 11" paper with 1" margins. c. Responses shall not exceed twenty (20) pages in length. This restriction does not include appendices containing: 1. Relevant experience/drawings/test reports (up to 10 pages) 4.1.3 Each respondent shall submit their response via email in an electronic format compatible with the Microsoft Windows 7 operating system (e.g., Microsoft Word, Microsoft PowerPoint, and Adobe PDF). 5.0 RESPONSE REVIEW PROCESS The Government will appoint technical experts drawn from staff within DHS DNDO, DoD, and other Federal agencies as needed to evaluate responses to this RFI. If necessary, the Government may use selected support contractor personnel to assist in the evaluation. These supporting contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source-selection information. 6.0 QUESTIONS & DUE DATE All questions must be submitted via email to the Contracting Officer, Heather Poindexter, at Heather.Poindexter@hq.dhs.gov and to the Contract Specialist, Christiane Schmidt, at Christiane.Schmidt@hq.dhs.gov no later than March 22, 2017 at 4:30 PM (Eastern Time). All contractor final submissions to this RFI must be submitted via email to Heather.Poindexter@hq.dhs.gov and Christiane.Schmidt@hq.dhs.gov no later than March 29, 2017 at 4:30 PM (Eastern Time). Questions and submissions sent to any other email address will not be accepted. Additionally, telephone inquiries will not be accepted. 7.0 SUMMARY DNDO ASD conducts test campaigns and pilots to evaluate nuclear detection technologies or systems and to ensure that the U.S. maintains and improves capabilities to detect nuclear threats. DHS/DNDO will review the provided information and may elect to explore some of the information with technology submissions. However, there is no guarantee that this RFI will be followed by a solicitation for services or products.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RDAS-17-0029 /listing.html)
- Record
- SN04445566-W 20170325/170323234754-0cb4501dd7641504fec5677f2eb6e76e (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 |