SOURCES SOUGHT
99 -- Request for Information (RFI) For Non-Intrusive Detection System (NIDS)
- Notice Date
- 2/3/2020 9:46:09 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY20RC011
- Response Due
- 2/18/2020 1:00:00 PM
- Archive Date
- 03/04/2020
- Point of Contact
- Michael Sampson, Sabin A. Joseph
- E-Mail Address
-
michael.a.sampson18.civ@mail.mil, sabin.a.joseph.civ@mail.mil
(michael.a.sampson18.civ@mail.mil, sabin.a.joseph.civ@mail.mil)
- Description
- Request for Information (RFI) For Non-Intrusive Detection System (NIDS) Description: 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 in the future.� Requests for a solicitation will not receive a response.� This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever.� All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI).� It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. Responses are due by 1600 EST, 18 February 2020 and not to exceed 25 pages.� Please submit all RFI responses to Michael Sampson, Contract Specialist, michael.a.sampson18.civ@mail.mil and Sabin Joseph, Contract Officer, sabin.a.joseph.civ@mail.mill. The subject line for the email submission must read as follows:� Subject: �Non-Intrusive Detection System (NIDS) RFI: �Company Name� The purpose of this RFI is to identify potential sources with the technical capability and necessary resources to provide Product Manager Force Protection Systems (PdM-FPS) with information regarding the�availability of a non-developmental item that is at least a technology readiness level (TRL) of 9 or higher.� The item must be in production and able to be fielded and cannot currently be in Research and Development.� The product needed is required to be based on an existing and fielded (OCONUS or CONUS) product with a delivery suspense of 9 months or sooner from date of order.� It is required to be a non-intrusive inspection system that a vehicle can drive through and must have the ability to scan and detect anomalies inside vehicle targets in order to distinguish organic and in-organic materials, weapons and other threats and contraband. Technologies should have the ability to be integrated into a unique graphic user interface Common Operator Pictures (COPS) and assist Operators by identifying anomalies and/or threats.� The sensors shall be interoperable with the rest of the FPS systems currently being used by the U.S. and our coalition partners. It is preferred that our Coalition Partners are able to operate the technologies; if possible the host nations should be able to operate the technologies.� The technologies will be employed as mobile solutions or fixed sites capable of remote operation or standoff detection and capable of relaying detection data to installation Entry Control Points (ECPs), the Base Defense Operations Center (BDOC), and the Tactical Operation Center (TOC). The Government is interested in responses for non-developmental products of at least a TRL 9 only.� No Government development funding is available now or in the future, for any development based on existing product.� Any such activity would need to be funded exclusively at private expense.� Please ensure that your responses do not include any assumptions of Government development funding or activities that would be dependent on Government development funding of any kind. The Army Contracting Command (ACC), on behalf of PdM-FPS is seeking the following information: - Potential Respondents shall describe how their existing technology performs the following tasks and the extent to which their technology can be networked into the existing Force Protection environment: ����������� �� a. Identify anomalies inside vehicles associated with the Vehicle Borne Improvised Explosive Device (VBIED) threat, such as organic vs inorganic, metal vs inorganic, or load abnormalities.� �� b. Ensure technologies are interoperable with Integrated Sensor Architecture (ISA). - What is the minimum and maximum depth of penetration through steel? - Can the system detect organic vs inorganic material? - Does your technology support video analytics and if yes, how? - Does your technology support scanning of moving targets and if yes what is the speed the vehicle may drive through? - What is the maximum size of vehicle for the technology to successfully detect anomalies at the highest quality image? � - What is the minimum size of vehicle for the technology to successfully detect anomalies at the highest quality image? � - How many vehicles per hour can the technology successfully scan and provide results for? � - What is the scan coverage?� How many sides are scanned?� What is the height/depth/width that the technology can scan? � - What is the cost of the technology per complete system? � - What safety hazards are associated with the technology? � - Provide the technology specifications to include the following: � �� - Space, Weight, and Power (SWAP) �� - Infrastructure requirements � � � � � � In addition please provide the following information: 1. �Please provide the following Point of Contact information: ���� Company: ���� Address: ���� Point of Contact: ���� Phone Number: ���� Fax Numbers: ���� Email Address: ���� CAGE Code: 2. �Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330 � Professional, Scientific, and Technical Services � Engineering services. The Small Business Size Standard for this NAICS code is $14,000,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards� ���� Large Business Concern ���� Small Business (SB) Concern ���� 8(a) ���� Small Disadvantaged Business (SDB) ���� Woman-Owned Small Business ���� Historically Underutilized Business Zone (HUBZone) ���� Veteran-Owned Small Business ���� Service-Disabled Veteran-Owned Small Business �3. If you identify your company as a Small Business (SB) or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the requirement? 4. �Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 � Professional, Scientific, and Technical Services � Engineering services? If you are a SB answer questions 4A & B. All others skip to Question #5. ����������� A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? ����������� B. If you are a small business, can you go without a payment for 90 days? 5.� Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. �If you answered ""yes"" to Question # 5, please provide as much of the following information as possible; ����������� A. MAC contract number(s); ����������� B. aggregate dollar value of entire MAC contract; ����������� C. aggregate dollar value of task orders you prime on each MAC; ����������� D. number of task orders you prime on MAC; ����������� E. Is the work on each MAC similar in scope to that of this requirement? 7. � Is your company planning on business arrangements with other companies, please list the process ��used in selecting the members? 8. ��Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements. Respondents are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 9. ��Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 10. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past?� If so, provide Contract Number; Point of Contact (POC); e-mail address; phone number; and a brief description of your direct support of the effort (provide up to 5 contracts) 11. What are the core competencies of your employees that would support the needs of the requirement? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 12. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are �best� estimates only. The response date for this market research is 18 February 2020.� No collect calls will be accepted.� All responses to this RFI may be submitted via e-mail to Michael Sampson, Contract Specialist, at michael.a.sampson18.civ@mail.mil Sabin Joseph, Contracting Officer, at sabin.a.joseph.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/43ab8564411a4a5a8ed724c28388ea3b/view)
- Record
- SN05550798-F 20200205/200203230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |