Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2018 FBO #6007
SPECIAL NOTICE

A -- Request for Information (RFI) for the Radioisotope Identification Detector (RIID) Family of Systems (FoS)

Notice Date
5/3/2018
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, 8456 Brigade Street, Building E4215, Aberdeen Proving Ground, Maryland, 21010-5401, United States
 
ZIP Code
21010-5401
 
Solicitation Number
W911SR-18-R-RIID
 
Archive Date
6/19/2018
 
Point of Contact
Tyler N. Gates, Phone: 4104366067
 
E-Mail Address
tyler.n.gates2.civ@mail.mil
(tyler.n.gates2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
FOR INFORMATIONAL PURPOSES ONLY Description Request for Information (RFI) for the Radioisotope Identification Detector (RIID) Family of Systems (FoS) NAICS Code: 334519 Other Measuring and Controlling Device Manufacturing 1. Objective: The Joint Product Leader for Radiological Nuclear Defense (JPdL-RND) is posting this RFI for market research and planning purposes. JPdL-RND will test medium resolution RIIDs, with energy resolutions approximately 4% or lower, from about July to September 2018 at no cost to the Respondents. Respondents will receive test results for their system(s) only, after conclusion of testing and data analysis. The Respondent's RIID(s) will be returned upon conclusion of testing. Each Respondent shall review the attached RIID FoS White Paper and provide feedback indicating if their RIID can or cannot meet the requirements. In the event that the RIID cannot currently meet the notional requirements, but is intended to meet these requirements in the future, the Respondent shall provide the specified timeline for meeting. Each product submission shall include; 1) Proposed System Description, 2) responses and comments to the questions in Section 3, and 3) comments relating to the requirements described in the White Paper. Due to the availability of funding and test resources, the Government may at any time, cancel testing and return all systems to the Offerors. Any data recorded prior to cancellation will be provided to the Offeror. 2. Background: The primary focus of the overall RIID FoS program is to be a family of handheld, ruggedized, and networked RIIDs that use different COTS technologies to locate, identify, and characterize radiological and nuclear (RN) material, including special nuclear materials (SNM). This RFI is specifically in reference to the medium resolution RIID element of the RIID FoS. Planned testing of the detection systems will use unshielded radioactive test sources, as well as shielding and masking test scenarios. Testing will be conducted in multiple phases, on a sequential basis. In general, the phases of testing will include a static test, dynamic test, operation at ANSI N42.34-2015 temperature boundary testing, and a military operator assessment. Every system submitted for testing may not qualify for all phases, as progression is dependent on the performance in earlier phases. Following review of the RFI responses, the Government anticipates notifying the Respondent(s) if the submitted system(s) have been accepted no later than 15 June 2018. The selected Respondent(s) shall enter into a Bailment Agreement to temporarily transfer possession of system to the U.S. Government. A sample Bailment Agreement is attached. The Respondent(s) shall sign the Bailment Agreement as provided. No changes will be accepted as a result of the proposed timeline. When directed by the Government, Respondent(s) shall ship two systems (with one designated as "Primary") for each variant so they arrive at test facility by 9 July 2018. System(s) shipment should include Technical Manuals and/or Operating Instructions for each variant. Respondent(s) shall NOT have opportunity to witness testing or visit the facility. 3. Submission and criteria: Respondents shall provide the following information and answers for each proposed RIID: • The Respondent name, address, Testing Point of Contact, email and telephone number. • A brief description and development history of the RIID, to include the number of units sold as of the date of the submission. • Respondents may only submit multiple variants if they possess different detector technologies and/or algorithms. Each Respondent may submit up to two unique variants. • Commercially available systems with Technology Readiness Level (TRL) of at least 8 • Ability to meet the requirements in the attached White Paper. Q: Can the items satisfy the Government's requirements "as is" or after modification either minor or significant? • Q: Is it possible for the proposed system to be modified with an RJ45 jack? If yes, what time and level of effort would be required for the modification? What steps and testing are envisioned? • Understand that the RIID will be exposed to the temperatures defined by ANSI N42.34-2015. Operational temperature testing is not intended to damage the RIID. Q: If you believe these temperatures will result in damage, please indicate so in your submission. If you believe damage will occur in the indicated temperature range, note the temperature range your RIID will operate without damage. Following storage, the RIID shall be allowed to acclimatize to the operating temperatures listed above. • Operationally, this RIID will likely be stored for up to 12 months between uses, and may be exposed to the full range of storage temperatures referenced in the white paper during its storage. Q: With that being understood, will there be any kind of calibration required after long periods of inactivity, ie, exposure to a source, for the RIID to be optimally functional? • Q: Does the proposed system identify a confidence level? If yes, please specify how the confidence levels are defined. • Production capacity, Production profile, and time needed to ramp up production. • Data rights included (i.e. Intellectual Property of Software). • Q: Do you have a published commercial price list for your item? If yes, please provide the web link and/or a copy of published priced list. • The suggested price of the system as commercially sold to include warranty cost, if applicable. • Operating Manual 4. Special Notices Any Respondent wishing to enter into a Non-Disclosure Agreement (NDA) shall state so in their response to the RFI. The Government Contracting Office will coordinate the transfer of the NDA. JPdL-RND and Y12/Oakridge National Labs anticipate using a third-party, known as IB3Global Solutions to test the systems at Y12/Oakridge National Labs. JPdL-RND will utilize support contractors to review the RFI feedback. Non-Disclosure Agreements (NDAs) are already in place for these contractors. Respondents are advised that the information submitted to the Government in response to the RFI may be released to non-Government personnel for review and analysis. (a) The Non-Government support will be provided by the following organization: Defense Acquisition Support Services, LLC Engility Corporation Patricio Enterprises Kalman and Company Incorporated Tech62 Incorporated Camber Corporation Tauri Group Incorporated (b) Respondents shall complete paragraph (2) or provide written objection to disclosure as indicated in paragraph (1). If the Respondent objects to disclosure of a portion of the RFI submission, the consent in (2) should be provided for the remainder of the submission. (1) Any objection to disclosure: (i) Shall be provided in writing to the contracting officer; and (ii) Shall include a detailed statement of the basis for the objection. The detailed statement shall identify the specific portions of the RFI submission the Respondent objects to disclosure to non-Government personnel; or (2) I understand information submitted to the Government in response to this RFI may be released to non-Government personnel as described in the introduction paragraph of this provision. I consent to release of any (unless objection is provided in (1) above) proprietary, confidential, or privileged commercial or financial data provided by the firm(s) named below in response to this delivery order request, to non-Government personnel for review and analysis: Firm: _____________________________ Name (individual authorized to commit firm): _____________________________ Title: _____________________________ Date of Execution: ___________________ 5. Attached Documents: • TRL Definitions • RIID FoS White Paper • Bailment Agreement 6. Disclaimer and Important Notes. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFP's, which may be released via the FEDBIZOPS portal. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizations' capabilities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Although it is highly encouraged, not responding to this RFI does not preclude participation in any future delivery order request. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government and will not be returned. Proprietary, confidential, privileged commercial or financial information submitted in the RFI response should be marked accordingly to ensure appropriate handling and disposition by the Government. No classified information shall be submitted in the RFI response. Only Government personnel will have access to information marked as proprietary. Responses should be submitted as indicated above and, at a minimum should include: RFI title, company name, address, telephone number, facsimile number, website address (if available), and type of business (large or small), DUNS number, Cage Code, Facility clearance (Yes or No), information paper addressing the areas of interest listed above, brochures, published technical specifications, and 3rd party performance verification. Please identify your business as either 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), and Women-Owned Small Business, or a Large Business. The name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with a Government representative should also be included. DUE DATE: Questions and submissions shall be submitted in writing (electronically) to the Point of Contact listed below. Submissions are due no later than 04 June 2018 by 3:00 p.m., Eastern Standard Time (EST). Primary Point of Contact: Tyler N. Gates Contract Assistant Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Edgewood Division E4215 Brigade Rd APG (Edgewood), MD 21010-5401 Tele #: 410-436-6067 email: tyler.n.gates2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c284b581e9598360ce2f9909f49c0a71)
 
Record
SN04910180-W 20180505/180503230924-c284b581e9598360ce2f9909f49c0a71 (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.