The RFP Database
New business relationships start here

Non-Intrusive Inspection Systems Support


Massachusetts, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This RFI is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI 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 a contractor's submission of responses to this announcement or the Government's use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The information provided may be used by the Government in developing its Acquisition Strategy, Performance Work Statement, Performance Based Specification(s), and/or related Acquisition Requirement documentation. Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government will not pay for the information submitted in response to this RFI. Telephone inquiries will not be accepted or acknowledged, responses will not be returned, and no feedback or evaluation will be provided to companies regarding their submissions.

The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) Natick Contracting Division, 1 General Greene Avenue, Natick, MA is issuing this RFI as a means of conducting market research to identify parties having an interest in and the resources to provide Contiguous U.S. (CONUS) and Outside CONUS (OCONUS) logistics support of Army Force Protection Systems (FPS) and Physical Security Equipment described below. The intention is to procure this support on a competitive basis.


The Product Manager Force Protection Systems is responsible for continued operation and sustainment of the Army's Quick Reaction Capability (QRC) programs for the Non-Intrusive Inspection Systems (NIIS). This FPS is necessary for the Army to provide timely, affordable, modular, scalable, supportable and integrable Physical Security (PS) and Force Protection (FP) capabilities to tactical forces, military installations and other Governmental agencies, both domestically and abroad. The specific FPS and equipment include the following:


NIIS, consisting of Leidos, American Science and Engineering (AS&E), Heuresis, and Rapiscan Systems products, are currently located throughout Afghanistan, United Arab Emirates, Jordan, Oman, Kuwait, Qatar, Kingdom of Saudi Arabia, Iraq, and Djibouti.


a. Leidos: Vehicle and Cargo Inspection Systems (VACIS), Military Mobile (MM) VACIS, Mobile (M) VACIS, Relocatable (R) VACIS, VACIS Gamma Trailer (GT), and Radiation Portal Monitor (RPM). There are currently 15 MMVACIS, 13 MVACIS, 27 VACIS GTs, two RPMs, one VACIS, and one RVACIS being operated and sustained.


b. AS&E: Gemini 7555 X-Ray Parcel Inspection Systems (Gemini), Z Backscatter Vans (ZBV), ZBV Military Trailers (MT), SmartCheck Inspection Modules (SIM), and SIM High Throughput (HT) personnel scanning systems. There are currently 30 ZBVs, 22 ZBV MTs, 18 SIMs, 11 Gemini systems and six SIM HTs being operated and sustained.

c. Rapiscan: Secure 1000 Personnel Scanners, Gamma-Ray Detection System (GaRDS) Gantry, 626XR, and 522B X-ray systems. There are currently 22 Secure 1000 Personnel Scanners, one GaRDS Gantry, two 626XRs, and three 522Bs being operated and sustained.


d. Heuresis: two HBI-120 Handheld X-ray Imagers.


The scope of support covered by this RFI include the above suite of NIIS products and includes both CONUS and OCONUS onsite logistics services and materials for sustainment, operation, monitoring, refurbishing, inspection, repair, maintenance, warehousing, inventory, operator training, Field Service Representative technical support and, as required, minor site remediation for the system and equipment installation and de-installation. Said services and materials are essential to ensure FP and PS missions continue with availability of fully reliable inspection systems, operators and near real-time access to needed repair parts and technical system support. This support is necessary to achieve Army goals for streamlined operation and sustainment of FPS, reduced life cycle costs and logistics footprint in various theaters of operation while maintaining effective and efficient sustainment and operation of critical systems consistent with Operations Tempo (OPTEMPO) demands while reducing risk of loss of life and property.


Personnel will require appropriate training and certifications to maintain NIIS systems. Teaming with Original Equipment Manufacturers (OEMs), as appropriate, is the responsibility of the respondent, as the Government does not own the Technical Data Package or training materials for this effort. The respondent will be responsible for obtaining tooling, software, repair parts and spare parts as necessary from the OEM(s) or through other sources of supply. Dependent upon sources of supply, the respondent may require sub-contracting agreements with OEMs.


All contractor personnel are required to comply with Host Nation rules and customs, Status of Forces Agreements, and other Defense Contracting Agreements in effect. Contractors are expected to possess requisite training, licenses and certifications to support radioactive material handling, transport and disposal. Contractor personnel supporting this requirement are expected to possess a Secret Security Clearance and to commence CONUS and OCONUS services within 30 days of any potential contract award. Contractor personnel are expected to meet DFARS Clause 252.225-7043, Antiterrorism (AT)/Force Protection for Defense Contractors outside the US, and other theater regulations, to include Department of Defense Instruction 6490.07 for deployment into harsh and austere theater environments. The estimated period of performance is 4 months commencing in December 2018. The contract type is anticipated to be Firm Fixed Price.


The Government is currently considering applicable North American Industry Classification System (NAICS) code for the contemplated requirement. NAICS 541330 and NAICS 811219 are proposed. If there are any other NAICS which businesses believe appropriate for the contemplated effort, please provide input and basis in your response. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in regards to these NAICS codes in their capabilities statement. If businesses are currently performing these efforts under a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract for which this effort would be within scope, please identify the contract vehicle and provide the applicable NAICS code and your business size in relation to the NAICS code.


If your organization has the potential capacity to perform these contract services, please provide the following information:


a. Organization name, address, email address, Web site address, telephone number, organization size, and type of ownership for the organization.


b. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Supporting documentation is not included in the ten (10) page capabilities statement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length utilizing Arial font of not less than 10 pitch in either Microsoft Word or Portable Document Format (.pdf). Files must be unclassified, include "Response to RFI Number W909MY-17-R-0018" in the subject line, and cannot exceed five megabytes in size. The deadline for response to this request is no later than 4 pm, EST, 30 Sep 2018. All responses and any questions related to this RFI must be e-mailed to thomas.s.wallace3.civ@mail.mil. Telephonic inquiries will not be accepted.


At a minimum, responses to this RFI must address the following items:


1. The type of work your company has performed in the past in support of the same or similar requirements.


2. Details concerning your company's management of similar tasks.


3. Details about your company's experience in management of teams of subcontractors.


4. The specific technical skills and past experience your company possesses to perform the required services.


5. Discuss how you would accomplish providing the services and materials required to keep all of the NIIS identified operational. What services/support would be provided directly by your company vs. those that would be addressed by subcontractors or other means?


6. Please note that under a Small-Business Set-Aside, in accordance with Federal Acquisition Regulation (FAR) 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasks described in this announcement for the entire performance period.


7. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, and CAGE Code.


8. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Woman-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.


The Government will fully protect from release outside the Government all data received in response to this RFI that is properly marked or designated as corporate or proprietary. The Government will evaluate the responses received to ascertain market capacity to:


a. Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated.


b. Secure and apply the full range of corporate financial, human capital, materials and technical resources required to successfully perform similar requirements.


c. Implement a successful project management plan that allows for flexibility and includes; (1) compliance with tight program schedules, (2) cost containment, (3) meeting and tracking performance, (4) hiring, (5) retention of key personnel, and (6) risk mitigation.


Thomas S. Wallace, Contract Specialist, Phone 5082336184, Email thomas.s.wallace3.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP