Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2011 FBO #3640
SOLICITATION NOTICE

66 -- Large Scale Non-Intrusive Inspection Systems - Statement of Work

Notice Date
11/10/2011
 
Notice Type
Presolicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
HSBP1012R67103
 
Archive Date
12/7/2011
 
Point of Contact
Edward J. Solkowski, Phone: 2023441694, Robert Abood, Phone: (202) 344-3107
 
E-Mail Address
edward.solkowski@associates.dhs.gov, robert.abood@dhs.gov
(edward.solkowski@associates.dhs.gov, robert.abood@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Large Scale Non-Intrusive Inspection Systems Statement of Work THIS IS A REQUEST FOR INFORMATION (RFI) to generate questions and comments from industry on a "Draft" Statement of Work in support of the U. S. Customs and Border Protection Agency's Large Scale Non-Intrusive Inspection Systems (LS-NII). This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation or Request for Quotes. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this Request for Information. Any responses received will not be used as a proposal. The U.S. Customs and Border Protection Agency (CBP) is seeking to generate questions and comments from industry on the attached Draft Statement of Work (SOW). This, or another version of the SOW, will be used in a potential Indefinite Delivery Indefinite Quantity Delivery (IDIQ) Order, hybrid type contract with a one year base period and four one-year option periods to follow at a later date. The IDIQ itself will not obligate funds however a sample Delivery Order (DO) referenced in the official Request for Proposals (RFP), can be used as the first DO; award of which would obligate funds and satisfy the minimum value of the IDIQ. OBJECTIVE: U.S. Customs and Border Protection (CBP) is one of the Department of Homeland Security's (DHS) largest and most complex components with a priority mission of keeping terrorists and weapons out of the United States (U.S.). It also has a responsibility for securing and facilitating trade and travel while enforcing hundreds of U.S. regulations, including immigration and drug laws. Customs and Border Protection (CBP) has a need for improving its inspection of cargo conveyances arriving in the United States at and between CBP Ports of Entry (POE). Due to recent world events it is imperative for security that incoming cargo conveyances are subjected to a high level of scrutiny. Therefore, CBP seeks to procure large-scale NII imaging systems, such as X-Ray and Gamma systems, for various POEs, located throughout the United States as designated by CBP. The attached Draft Statement of Work (SOW) defines the tasks necessary to provide NII systems to include equipment, installation, testing, verification, documentation and logistics requirements needed to satisfy the procurement. The purpose of NII Inspection Systems is to enable CPB to perform effective and efficient Non-Intrusive Inspection (NII) of conveyances, including trailer trucks, railcars, pallets, trailer-mounted cargo containers and other vehicles for contraband such as illicit drugs, terrorist weapons and currency. These systems may be used for inspection of smaller vehicles such as cars, pickup trucks, buses, RVs and towed vehicles (e.g., trailers and boats). The system shall be capable of detecting contraband and Weapons of Mass Destruction/ Weapons of Mass Effect (WMD/WME) secreted in vehicles, railcars and containers. STATMENT OF WORK: See attached document Labeled "Statement of Work for Large Scale Non-Intrusive Inspection Systems". PLACE OF PERFORMANCE: System production shall be performed at the Contractor's normal place of business and delivery, as specified in the individual delivery order(s). PRE-SOLICITATION CONFERENCE: The Government anticipates hosting a Pre-Solicitation Conference in on November 29, 2011 9:00A-3:00P in conference room TBD, GSA 7 th and D Street, SW, Washington, DC 200004. An agenda will be sent to respondees by November 28, 2011. The conference will be conducted before a Request for Proposals (RFP) is issued. There is a maximum limitation of three (3) individuals per vendor for each site visit. The main objective is to bring together potential vendors, Contracting Specialists, and Government Program Managers, to gain valuable insight and seek inputs from industry on how the Government can best improve border operations, increase border security, and facilitate legitimate travel through the use of NII equipment and technology. The conference will be an open session with all vendors. The Government will entertain questions both verbally and in writing. The Government may verbally answer questions it chooses. The Government will post all Questions (anonymously) and Answers. As part of the official RFP response, vendors will be required to submit a NII system for CBP testing as part of an Operational Capability Demonstration (OCD). The Demonstration will be done at the vendor's facility or at an operational site, which must be located in the lower 48 United States. The detailed requirements for the OCD will be provided in the official RFP. Any proposed system must be compliant with the Buy American Act Should the vendor(s) want to propose additional systems in response to the official RFP, the vendor(s) will be required to submit that/those NII system(s) for an OCD during the response period for the RFP. Additional systems can be proposed, evaluated and added as part of the IDIQ's Tech Refresh provision and qualified for Request for Quotations (RFQ)s for that system. This will also be done at the vendor's facility or at an operational site in the US. Contractors interested in attending the Pre-Solicitation Conference are requested to RSVP and provide the information listed below by November 22, 2011 no later than 2:00pm, Eastern Time, via email addressed to: Edward Solkowski, Contract Specialist, edward.solkowski@associates.dhs.gov: 1. Company Name and Address 2. List of Attendees and Titles (please provide full names) *only 3 individuals per vendor 3. Date of Birth (DOB) 4. Driver's License Number and State of Issue OR Social Security Number (SSN) 5. Phone Number, Email, and Fax Number of each attendee Interested potential offerors are encouraged to respond to this notice. SUBMISSIONS ARE DUE no later than 2:00pm, Eastern Time, November 22, 2011. The capabilities' response shall be e-mailed to: edward.solkowski @associates.dhs.gov. Responses to the notice will not be returned, nor will there be any ensuing discussions or debriefings of any responses. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. CBP will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation (RFP). CBP reserves the right to contact any respondent to this notice for the sole purpose of enhancing CBP's understanding of the notice submission. It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited. ATTACHMENT A - Draft SOW Large Scale Non-Intrusive Inspection Systems
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1012R67103/listing.html)
 
Record
SN02621802-W 20111112/111110234428-913d72d412cc9b84ad1032e9d3f54b40 (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.