SOURCES SOUGHT
63 -- Sources Sought - Trace Explosive Detection systems
- Notice Date
- 2/4/2015
- Notice Type
- Sources Sought
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA15I0020
- Archive Date
- 3/18/2015
- Point of Contact
- Patrick T. Dermidoff, Phone: 703-875-4679
- E-Mail Address
-
dermidoffpt@state.gov
(dermidoffpt@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought - 1.Purpose This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research regarding technical security equipment and systems pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein. The government is requesting information regarding the availability and feasibility of attracting new equipment providers to support the requirements of the Department of State, Bureau of Diplomatic Security (DS), Office of Security Technology (ST), as described in this RFI. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the below-listed services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. 2. Background The Bureau of Diplomatic Security (DS) is the law enforcement and security arm of the U.S. Department of State (DoS). DS is responsible for providing a safe and secure environment for the conduct of U.S. foreign policy. All Foreign Service posts (embassies, consulates-general, consulates, et al.) operate with technical and physical security programs designed and maintained by DS. In general terms, DS is responsible for direct, recurring support for physical and technical security programs at some 270 overseas Foreign Service posts. The Office of Security Technology (ST) has the key role in ensuring that overseas technical and physical security systems are installed, maintained, repaired, upgraded, and monitored. In support of these responsibilities, DS uses a trace explosive detection system as one element of the Explosive Detection Program (EDP). Attacks are deterred by detection of explosive particle residue on objects intended to be brought into U.S. diplomatic facilities. Objects such as briefcase or bag handles or vehicle exteriors are sampled/analyzed for the presence of explosive particulate and/or vapor. Positive results initiate security protocols by the guard forces. DS is seeking commercial off-the-shelf (COTS) products for this application. While potential vendors may suggest an item that is a modification of an existing product, the requirement of any future procurement will be a COTS product that is available for sale to the U.S. government or a U.S. government contractor or sub-contractor, in single-piece quantities. 3.Prerequisites At this time, there is no requirement for a facility security clearance or cleared staff under the National Industrial Security Program. However, if a respondent participates in the National Industrial Security Program and has facility and personnel clearances, that information should be provided in the response. The company must have a robust technical support group to support user, installation and repair documentation; technical and software updates/revisions; and training, as may be needed by the U.S. government. 4.Requirements Diplomatic Security seeks an Explosive Trace Detection System (EDS) to alert personnel, display, communicate, and maintain a record of security events. 4.1.System Function 4.1.1.The purpose of the system is to assist the operator in the identification of a potential threat. Such threats include (but are not limited to) commercial and military grade explosives, homemade explosives, explosive precursors, and separated mixtures that, when combined, create an explosive. Threats may be concealed in vehicles, briefcases, purses, packages, backpacks, or may be worn on a person. 4.2.Environment 4.2.1.Trace Explosive Detection systems are used at U.S. Diplomatic facilities, both domestic and abroad. The EDS must be capable of functioning under conditions of poor host country power, environmental challenges, and space limitations. 4.3.Hardware 4.3.1.Trace Explosive Detection systems must be qualified by the Transportation Security Laboratory (TSL) and meet the Transportation Security Administration's (TSA) Procurement Specification for Explosives Trace Detection (Version 4, dated 10 August 2007). TSL is a Department of Homeland Security Federal Laboratory. Exceptions to this requirement are at the sole discretion of DS. 4.3.2.Additional qualifications or certifications may serve to reinforce a system's evaluation for functional or operational readiness and are optional for the system provider to pursue. 4.4.Power and Environment: 4.4.1.Internal Power Supply - The unit must operate and be fully functional from alternating current (AC) with a nominal voltage range of 100 to 130 volts or 200 to 250 volts, with a frequency range of 45 to 65 Hertz. The unit must operate satisfactorily within the voltage/duration curve as specified by the Information Technology Industry Council. Dual voltage or universal operation is required. While complying with the expanded voltage ranges as stated directly above, the electrical performance of the unit should otherwise be in compliance with the International Electrotechnical Commission 61000 standard. 4.4.2.An integrated or attached Uninterruptable Power Supply (UPS) is required. This UPS is required to sustain computerized data and communications operations for a minimum of five minutes. Internal batteries may be used to meet this requirement. 4.4.3Environment - The unit must operate within the parameters of Section 3.1.5 of the Transportation Security Administration's specification for Advanced Technology - 2 (AT-2), version 5.3, dated 20 July 2010, as previously referenced in Paragraph 4.3.1 of this RFI. 4.5Dimensional: 4.5.1The system must be portable with a total weight of less than 30 lbs. The maximum shipping weight is 70 lbs, which includes the shipping case. 4.6.Automated Information System (AIS) Interconnection 4.6.1.The system must employ an industry standard set of physical and electrical communications connections (Ethernet) to be Internet Protocol addressable (for both IP Version 4 and Version 6) for the purpose of system query, remote diagnostics, and troubleshooting. Any web browser-based remote access and control must be via a Secure Socket Layer (SSL) connection. 4.6.2.The manufacturer must provide the necessary software compatible with Microsoft Windows operating systems, XP or higher. 4.6.3.Network Time Protocol (NTP, TCP/UDP port 123) must be available to synchronize the device clock with other network devices for forensic and analytical purposes. 4.6.4.The device's operating system must be compatible with Windows Active Directory and be able to be controlled by a centrally administered hierarchical domain structure. 4.6.5.The system must be able to operate in stand-alone or network mode. 4.7.Software and Hardware Upgrades 4.7.1.Software and hardware upgrades must be made available by the manufacturer. 4.8.Warranty 4.8.1.Warranties shall begin on the day the system is commissioned and apply for a minimum period of one year; or warranties apply for a period of 18 months from the date of purchase if the system is not commissioned within the first six months. 4.8.2.Warranties must include all parts, labor, consumables, and return shipping from manufacturer to designated USG location within the Washington, DC metropolitan area. 4.8.3.Warranty Maintenance - The warranty for the unit shall remain in force upon software changes, hardware changes, and equipment relocation by manufacturer-certified personnel. 4.9.Lifecycle 4.9.1.A minimum operating lifecycle of seven years is required for EDP equipment which is required for every procured unit from the moment of its commissioning to the end of its seven year lifecycle. Lifecycle functionality will be in accordance with Section 3.1.9 of the TSA Specification as cited in Section 4.3.1 of this RFI. 4.9.2.Manufacturer's support, to include parts availability, is required for every unit from the moment of its commissioning to the end of its seven year lifecycle in accordance with Section 3.1.9 of the TSA Specification as cited in Section 4.3.1 of this RFI. A review of the bidder's ability to provide prompt parts and service support will be used in determining a qualified bidder. Furthermore, there shall be no restriction preventing the USG from direct procurement of spare and replacement parts from original equipment manufacturers. 4.10.Training 4.10.1.The manufacturer must provide training at the operator, maintenance and repair levels. 4.11.Documentation 4.11.1.Back-up copies of all software needed to restore a system to full operation must be delivered with the documentation specified in Section 4.11.2. The back-up software media must be compatible with the installed system. 4.11.2.All manuals, including operator, maintenance and repair manuals are required. 4.11.3.A copyright release is required for all documentation to permit the reproduction and use of this material on USG internal automated information system networks. 4.12.Maintenance 4.12.1.All required maintenance, to include necessary consumables, is to be provided by the manufacturer or designated representative during the warranty period. Routine maintenance by the operator is excluded from this requirement. 5.Instructions 5.1.Responses 5.1.1.Responses must be limited to 10 letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. Include your company Data Universal Numbering System (DUNS) number, CAGE code (if applicable), company point of contact (POC) and socioeconomic status under North American Industry Classification System (NAICS) code, or other relevant and appropriate NAICS codes. 5.1.2.Respondents must indicate whether their firm is a small or large business. If small, indicate the classification. 5.1.3.Respondents must indicate whether they offer the required services on ANY Federal Supply Schedules. If so, please list the schedule numbers. 5.1.4.Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid DS, please segregate and clearly mark proprietary information. Please be advised that all submissions become the property of the Government and will not be returned 5.2.Formatting The responses should be in the following format/order: 1.General Business Information: Provide general information about your business, to include the information contained in Section 5.1, as well as any National Industrial Security Program clearance information. 2.Requirements: Address the requirements contained in Section 4.0; weight and detail paragraphs and bullets, as appropriate. 3.Experience: Provide experience, capabilities, contracts, and customer information, as appropriate. 4.Points of Contact: List one or more points of contact for your company. 5.Summary: Provide brief concluding remarks, as appropriate. 5.3.Restrictions on Response The government will not entertain telephone calls or questions for this RFI. 5.4.How to Respond Please submit your response no later than 11:00AM EST on March 3rd, 2015, with electronic copies sent to the following points of contact: •Patrick Dermidoff: Contracting Officer - Dermidoffpt@state.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15I0020/listing.html)
- Place of Performance
- Address: Arlington, Virginia, 22209, United States
- Zip Code: 22209
- Zip Code: 22209
- Record
- SN03633157-W 20150206/150204235749-26b30fd9d3ce174c9f205f7449347edf (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 |