SOURCES SOUGHT
58 -- SLD Monitoring and Control Solution
- Notice Date
- 12/4/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Energy, NNSA, NNSA Business Services Division, 1000 Independence Ave, SW, Washington, District of Columbia, 20585, United States
- ZIP Code
- 20585
- Solicitation Number
- DE-SS-00012
- Archive Date
- 12/4/2013
- Point of Contact
- Geary W. Pyles, Phone: 505-845-5701, Debra Moone, Phone: 202-586-3802
- E-Mail Address
-
Geary.Pyles@doeal.gov, debra.moone@nnsa.doe.gov
(Geary.Pyles@doeal.gov, debra.moone@nnsa.doe.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Information for a More Sustainable SLD Monitoring and Control Solution for Radiation Detection Systems 1.0 Purpose The U.S. Department of Energy's (DOE) National Nuclear Security Administration's (NNSA) Second Line of Defense (SLD) Program is seeking industry input on a simpler, more sustainable Monitoring and Control solution for new and deployed Radiation Detection Systems. 2.0 Background The SLD Program Mission is to assist partner countries to develop, maintain, and sustain their capacity to deter, detect, and interdict illegal trafficking of nuclear and radioactive materials through international border crossings, airports, seaports and other points of entry. The SLD Program provides an integrated, sustainable radiation detection system (RDS) to monitor international trade routes and minimize the risk of nuclear proliferation and nuclear materials-related terrorism. At a high level, the RDS performs these functions: 1. Detecting nuclear and radioactive materials. 2. Capturing an image or images for the purpose of identifying the occupant at the time of the alarm. 3. Monitoring equipment messages for alarm events and collecting the output of radiation detection and ancillary equipment as well as capturing state of health of this equipment (faults). 4. Processing alarm events by presenting data to the operator along with a means to process alarms. 5. Maintain and Retaining Alarm Event Data to support non-real-time oversight and analysis of operations. Functions 3, 4, and 5 together make up the Monitoring and Control solution. To date, the program has deployed a range of vendor solutions. The current solutions have been very capable in satisfying operations from the very simplest implementation (a single lane and a single workstation) to a very active container seaport with multiple lanes with hundreds, if not thousands, of transits of shipping containers per day. However, these installations can be very expensive to maintain and operate. 3.0 Desired Outcomes The SLD Program seeks information on a Monitoring and Control solution, addressing functions 3 through 5 above, including suggestions, technology, architecture, or processes that will: 1. Reduce initial acquisition cost of any monitoring and control hardware and software. 2. Minimize the sustainability costs (management and operations, maintenance, and training) to both the SLD Program and, ultimately, the partner countries. 3. Maximize the likelihood of partner countries' ability to sustain, maintain, integrate, and further develop the system indigenously. 4. Reduce sensitivity of the any monitoring and control hardware and software to environmental conditions. 5. Have a scalable solution that can satisfy the vast majority of installations (simple) but can also be scaled to support operations of high-volume sites (including airports and large container ports). 6. Have a solution that maintains data integrity of all data captured as well as providing a means to secure the solution from inadvertent damage, or intentional malicious acts. 4.0 Responses to this RFI should not exceed 10 pages and should contain the following information: 4.1 Vendor information including name, address, and point of contact. 4.2 Vendor size, socio-economic status, and whether it is U.S. based. 4.3 Suggestions and/or solutions on architecture, technology, or other potential elements to assist the SLD program in achieving the stated outcomes. 4.3.1 Discuss how your solution minimizes the cost of initial infrastructure improvements as well as retrofit and long term sustainability costs. 4.4 Availability of technology (HW, SW, and or Firmware) or other suggested solutions. 4.4.1 For readily available technology describe where and how it is used and how it is supported. 4.4.1.1 Include in your discussion experience of system operational availability and frequency of repair/ time to repair of the top three failure modes. 4.4.1.2 Include in your discussion the minimum technical level of individuals required to support the technology including maintenance. 4.4.1.3 Discuss your upgrade strategy for your solution. What is the expected life-cycle of the system components? 4.4.1.4 Discuss any licensing costs and/or maintenance costs required. 4.4.1.4.1 Discuss your ability and willingness to transfer configurations and software code to SLD partners. 4.4.2 If not commercially available, briefly discuss how and how long it would take to develop, test, and make available the required technology, and how you would envision it being supported. 4.4.2.1 Discuss your ability and willingness to transfer configurations and software code to SLD partners. 4.5 Marketing material if available may be included but should not be used to satisfy the response unless it specifically provides the above information and clearly demonstrates how it can help the SLD Program achieve the desired outcomes. 4.6 All responses must be unclassified. 4.7 Responses including proprietary information should have the cover page and each page containing proprietary information clearly marked as containing "proprietary data." 6.0 Responses are required by December 21, 2012. Both email and mail submittals will be accepted. Please send email to: Geary.Pyles@nnsa.doe.gov ; Debra.Moone@nnsa.doe.gov. Mailed responses should be sent to: U.S. department of Energy; Attn:Debra Moone, NA-256, 1000 Independence Ave., SW, Washington DC 20585. 7.0 Questions regarding this announcement shall be submitted in writing by email to: Geary.Pyles@nnsa.doe.gov ; Debra.Moone@nnsa.doe.gov. Verbal questions will not be accepted. 8.0 Summary This is a REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide RDS Monitoring and Control capability. THIS IS NOT A SOLICITATION FOR PROPOSALS OR AN IVITATION TO BID, NOR DOES IT REPRESENT A COMMITMENT BY THE GOVERMENET TO PAY FOR COSTS INCURRED IN PREPARATION AND SUBMISSION OF DATA OR ANY OTHER COST INCURRED IN RESPONSE TO THIS ANNOUNCEMENT. The information provided in the RFI is subject to change and is not binding on the Government. The Department of Energy has not made a commitment to procure any of these items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/HCA-050/AwardOffice-52/DE-SS-00012/listing.html)
- Place of Performance
- Address: Multiple Locations, United States
- Record
- SN02942277-W 20121206/121204235456-d8cc344fc6dc2d8edf87b758d3041c88 (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 |