Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2020 SAM #6959
SOURCES SOUGHT

66 -- Radiological Detection System (RDS)

Notice Date
12/16/2020 11:10:04 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-20-R-RDS1
 
Response Due
1/29/2021 1:30:00 PM
 
Archive Date
02/13/2021
 
Point of Contact
David J. Shriner, Phone: 4104360642, Tyler N. Gates, Phone: 4104366067
 
E-Mail Address
david.j.shriner3.civ@mail.mil, tyler.n.gates2.civ@mail.mil
(david.j.shriner3.civ@mail.mil, tyler.n.gates2.civ@mail.mil)
 
Description
Request for Information For Radiological Detection System (RDS) 1.0��������� Purpose: This is a Request for Information (RFI) Only.� This RFI is intended for release to both beta.sam.gov and the JE-RDAP Bidders Library.� The Department of Defense, Department of the Army, Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND), Joint Project Manager Chemical, Biological, Radiological, and Nuclear Sensors, Joint Product Leader for Radiological and Nuclear Defense (JPdL RND) is issuing this RFI solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP.� This RFI does not commit the Government to a contract for any supply or service.� Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI.� Not responding to this RFI does not preclude participating in future RFPs.� The objective of this RFI is to seek vendors that have a commercially available products capable of meeting the requirements set forth in the attached �Radiological Detection System (RDS) Performance Specification� and to answer questions set forth below in Section 4. Each Respondent shall review the attached RDS Performance Specification and provide feedback indicating if their system can or cannot meet the requirements.� In the event the system cannot currently meet the requirements, but is intended to meet these requirements in the future, the Respondent shall provide the specified timeline for meeting these requirements.� Each product submission shall include: (1) proposed System Description; (2) comments relating to the questions; (3) comments relating to the Performance Specification requirements. The PSC Code for this RFI is 6665 �Hazard-Detecting Instruments and Apparatus�.� The NAICS code for this RFI is 334519 �Other Measuring and Controlling Device Manufacturing�. 2.0��������� Background: The RDS program will provide a rugged Radiation Detection, Indication and Computation (RADIAC) meter that replaces legacy radiological survey meters currently employed by the United States Air Force (USAF) (ADM-300), United States Navy (USN) (Multi-Function RADIAC (MFR) Suite), United States Coast Guard (USCG) (MFR Suite), United States Army (USA) (AN/PDR-77 & AN/VDR-2) and United States Marine Corps (USMC) (AN/PDR-77). RDS will provide a joint solution that eliminates (or reduces the risk of) parts obsolescence, increases capability, reduces life-cycle costs, and addresses Operation TOMODACHI lessons learned for common, interoperable equipment with adequate sensitivity and common units of measure. RDS will be fielded to all four services, the United States Coast Guard (USCG) and United States Special Operations Command (USSOCOM). In addition, Canada and the United Kingdom (UK) have participated in the RDS Program. On 12 September 2016, JPdL RND awarded contract W911SR-16-D-0027 to Visionary Products Inc. (VPI) for the development of the RDS.� On 24 September 2019, JPdL RND awarded VPI Delivery Order (DO) W911SR-19-F-0090 on the contract W911SR-16-D-0027.� This DO was for RDS Low Rate Initial Production (LRIP) systems for the U.S. Army, interim contractor support, First Article Testing, and non-recurring engineering.� 3.0��������� Future need This RFI is solely for information and planning purposes; it does not constitute a RFP or a promise to issue an RFP.� This RFI does not commit the Government to a contract for any supply or service.� The United States Armed Services is in need of full rate production RDS systems.� Approximate total quantities over 5 years are: ������������� 51,955 base units ������������� 7,511 beta photon probes ������������� 3,608 small area beta gamma probes ������������� 1,060 sensitive gamma probes ������������� 4,397 alpha beta probes ������������� 1,652 FIDLER probes ������������� 638 neutron probes The Government is investigating a 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) for the full rate production of the RDS.� Award of full rate production would be conditional upon passing First Article Testing (FAT) and approval of the FAT report by the Government.� The contract will most likely be FIRM FIXED PRICE.� The pricing information requested below should be complete assuming a 5-year FIRM FIXED PRICE IDIQ.� 4.0��������� Submission Criteria: The United States Armed Services is exploring the possibility to award a contract vehicle to procure RDS systems that meet the RDS requirements described in this section and the RDS Performance Specification.� Respondents shall provide the following information on each potentially proposed RDS: ������������� A brief description of the Respondents� potential version for the RDS requirement to include the following: a.����������� Can the items satisfy the Government�s requirements ""as is"" or after modification either minor or significant;� b.����������� Ability to meet each requirement in the attached Performance Specification; c.������������ Inability to meet any of the stated requirement; d.����������� Requirements that would require development of new technology (or adaptation of current technology not currently used for this purpose) instead of using technology that is currently available and used throughout the radiation detection industry; e.����������� Technology proposed for detection (i.e. GM tube, scintillator, etc.); f.������������ Estimated Technology Readiness Level (TRL) of the proposed system; g.����������� Calibration requirements, including: (1) recommended time between calibrations; (2) sources and dose rates needed for calibration; (3) ease of calibration; (4) cost of calibration; and (5) list of support equipment required to repair and calibrate the system (to include non-standard calibration equipment such as calibration at low and high temperatures); h.����������� How (under what license, regulations, etc.) do you plan to distribute radiation sources needed for the RDS;�� i.������������� Data rights provided with system (for example, license for Government use of software, etc.) and Respondent�s general Intellectual Property needs for this project; ������������� A brief description of the development history and production of the Respondents� potential version for the RDS requirement, or similar RADIAC, to include the following: a.����������� Number of units (either planned proposed system or similar system) sold as of the date of the submission; b.����������� Description of similar system and how it differs from proposed system; c.������������ Currently monthly throughput of similar production items; d.����������� What, if any, radiation check sources do you currently distribute to include exempt, generally licensed, and specific licensed sources;�� e.����������� Experience with Department of Defense contracts, specifically production contracts for similar equipment;� f.������������ Experience with Department of Defense provisioning of spare parts, drafting of Technical Manuals, drafting of training materials, conducting developmental testing for the Government, and conducting operational testing for the Government; ������������� A brief description of the Respondents� potential schedule and production to include the following: a.����������� Time required to build, test, and deliver FAT systems per the Performance Specification.� Include time required from contract award to completion of FAT, to include submission and approval of the test plan and test report; b.����������� Time required to build, test, and deliver the first expected Delivery Order (see quantities below) per the Performance Specification (including conformal testing and submission and approval of the test plan and test report); i.������������� 1,076 base units ii.������������ 847 beta photon probes iii.����������� 939 small area beta gamma probes iv.���������� 388 sensitive gamma probes v.����������� 939 alpha beta probes vi.���������� 571 FIDLER probes vii.��������� 95 neutron probes c.������������ Time required to set up a production line for a minimum of 1000 base units/month and 200 probes/month; d.����������� The average number of units/month currently produced (if any); e.����������� The projected minimum and maximum number of units/month production capacity; f.������������ The time required to obtain critical component(s); ������������� A brief description of the Respondents� cost of the potential system to include the following: a.����������� The pricing information requested below should be complete assuming a 5-year FIRM FIXED PRICE IDIQ; b.����������� Approximate price breakdown estimate for this effort.� Include (1) first article testing per Table 4 of the attached Performance Specification (NOTE: Sample of contractor generated FAT Plan Outline and FAT Report Outline are included for reference); and (2) delivery order for the approximate quantities of the first expected order above (including conformal testing per the attached Performance Specification, FAT Plan Outline and FAT Report Outline). 5.0��������� Attached Documents: ������������� RDS Performance Specification ������������� RDS FAT Plan Outline ������������� RDS FAT Report Outline 6.0 Response Due Date, Page Limit, Disclaimer and Important Notes: Due Date: Submissions shall be sent electronically to the following email addresses; david.j.shriner3.civ@mail.mil; tyler.n.gates2.civ@mail.mil. All submissions must be received no later than 4:30PM Eastern Standard Time (EST), 29 January, 2021.� If possible, enable delivery and or read receipt on all submissions to ensure arrival by the required deadline. Telephonic inquiries will not be accepted. RFI Response Page Limit:� The Government is requesting that responses to this RFI do not exceed 20 total pages. Disclaimer and Important Notes: This RFI does not constitute a Request for Proposal (RFP), Broad Agency Announcement (BAA), or a promise to issue an RFP. The Government will not pay for costs associated with developing a response to this RFI, nor does it commit the Government to enter into any contractual agreement. The JPdL RND may issue a solicitation for this requirement in the coming months. 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 shall ensure its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities. Respondents are advised 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 responses are highly encouraged, not responding to this RFI does not preclude participation in any future solicitation. 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 information submitted in the RFI response shall be marked accordingly to ensure appropriate handling and disposition by the Government. No classified information shall be submitted in the RFI response. Responses should be submitted as indicated above and should include, at a minimum:� (1) RFI title, (2) company name, (3) company address, (4) telephone number(s), (5) email address(es); (6) website address (if available); (7) type of business, large or small (to include type of small business); (8) DUNS number; (9) CAGE Code; (10) facility clearance (Yes or No); (11) information Paper addressing the areas of interest listed in Section 4, brochures, published technical specifications; and (12) 3rd party performance verification.� Response shall also include 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. Contracting Office Address: US Army Contracting Command-Aberdeen Proving Ground, Edgewood Contracting Division (ACC-APG) 8456 Brigade Street, E4215 APG (Edgewood), MD 21010-5401 Primary Points of Contact: David Shriner, Contracting Officer Email: david.j.shriner3.civ@mail.mil Telephone: 410-436-0642 Tyler Gates, Contract Specialist Email: tyler.n.gates2.civ@mail.mil Telephone: 410-436-6067
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7e2b5a2152d447b49596bac2253caf62/view)
 
Record
SN05876026-F 20201218/201216230151 (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 |
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.