Introduction
Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), Non-Intrusive Inspection Program Management Office (NII PMO) has a requirement to procure chemical and explosives detection devices with integrated Fourier Transform Infrared Spectroscopy (FTIR) and Raman spectroscopy capability. The purpose of this draft requirement is to provide CBP ports of entry (POE) and land border crossings with the capability to scan objects believed to be narcotics. It has been determined that these devices possess the capability to identify a broad range of unknown chemicals and explosives in bulk amounts with higher purity levels quickly and safely. The detection equipment will be used by CBP Officers in non-intrusive testing to detect a wide range of narcotics, controlled substances, unknown substances, and general organic materials. The objective of this program is to rapidly and accurately identify and interdict contraband illegally arriving in the United States. CBP continues to seize an increasing number of opioids at the nation's borders. Of significant concern is the spike in fentanyl seizures. Fentanyl is a synthetic opioid that is fifty times more powerful than heroin and poses a significant risk to CBP field personnel and the public. To combat this threat and many others, CBP implements a layered enforcement strategy that incorporates a broad range of tools and capabilities essential to the detection and interdiction of illicit materials smuggled into the United States.
This is an RFI released pursuant to Federal Acquisition Regulation (FAR) Part 10 Market Research. This RFI's purpose is to obtain market information on viable sources of supply, industry practices, answers to specific questions, and industry comments. All RFI submissions become Government property and will not be returned.
This announcement constitutes an official RFI. Further, CBP is not at this time seeking proposals and will not accept unsolicited proposals. 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 contractor submission of responses to this announcement or Government use of such information. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by CBP in developing and refining its Acquisition Strategy, Statement of Work, and Performance Specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The U.S. Government does not intend to award a contract solely on the basis of this RFI or to otherwise pay for the information submitted in response to same. The U.S. Government is not obligated to notify respondents of the results of this survey.
INFORMATION REQUESTED:
1. Company Name, Company Address, Point of Contact, Telephone Number, and e-mail Address.
2. Are you under NAICS code 334519 Other Measuring and Controlling Device Manufacturing? If not, what NAICS code do you use? What size business are you registered as with this code?
3. Is your product capable of meeting the technical requirements included in the attached draft Statement of Work (SOW)?
4. Does your organization offer a warranty for these items? If yes, please provide warranty length, limitations, and coverage of warranty.
5. Provide you companies commercial practices for training for each device (e.g. in-person, paper, PDF, virtual, etc)? Is this training included in the price of the device(s).
6. Are your items available on a federal supply schedule (FSS) (e.g. GSA, SEWP, DHS, GWAC) contract? If so, what is the contract number?
7. Do you have any concerns or questions regarding the specifications set forth in the attached draft Statement of Work?
RESPONSES
Responses shall be the minimum length necessary to accommodate all requested information and submitted via e-mail only. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. All submissions shall be made to Christopher Shaw, christopher.j.shaw@cbp.dhs.gov.
QUESTIONS
Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address listed above. Verbal questions will NOT be accepted. Questions, if not answered directly to the respondee, will be answered by posting on the SAM.gov website; accordingly, questions shall NOT contain proprietary, sensitive, or classified information.
SUMMARY
This Request for Information (RFI) is for planning purposes only and should not be construed as a Request for Proposal or as an obligation on the part of the Government to acquire any services or hardware. 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 contractor submission of responses to this announcement or Government use of such information. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by CBP in developing and refining its Acquisition Strategy, Statement of Work, and Performance Specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract solely on the basis of this RFI or to otherwise pay for the information submitted in response to same. The information provided herein is subject to change and in no way binds the Government to pursue any course of action described herein. The U.S. Government is not obligated to notify respondents of the results of this survey.
Background
The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), Non-Intrusive Inspection Program Management Office (NII PMO) is seeking to procure chemical and explosives detection devices that integrate Fourier Transform Infrared Spectroscopy (FTIR) and Raman spectroscopy capabilities. This procurement aims to enhance the ability of CBP ports of entry (POE) and land border crossings to scan objects suspected of containing narcotics.
The devices are intended to identify a wide range of unknown chemicals and explosives quickly and safely, addressing the increasing seizures of opioids, particularly fentanyl, which poses significant risks to both CBP personnel and the public. The overarching goal is to improve the detection and interdiction of contraband entering the United States.
Work Details
The contract involves the delivery of thirty-five (35) handheld chemical explosive and narcotics analyzers, specifically the Thermo Fisher Scientific model 800-05014-01 Gemini S4. The analyzers must meet or exceed the following salient characteristics:
- FTIR Specifications:
- Spectral range: 4,000 cm-1 to 650 cm-1
- Resolution: 4.0 cm-1
- Diamond ATR crystal
- Raman Specifications:
- Spectral range: 250 cm-1 to 2875 cm-1
- Resolution: 7-10.5 cm-1
- Fiber optic probe
- Power requirements: Must operate using an external AC adapter and battery
- Operational temperature range: -4°F to 122°F (-20°C to 50°C)
- Durability standards: Must conform to Mil-STD-810G and IP67 standards
- Dimensions: No greater than 11” x 6” x 3” for portability
- Data capabilities: Must have data download capability for spectroscopic analysis and reach-back support, with internal libraries for common chemicals, toxic industrial chemicals, forensic drugs, drug precursors, pesticides, chemical weapons, explosives, etc. All software updates should be provided for at least five years.
Period of Performance
Delivery of systems shall begin no later than sixty (60) days from the date of execution of a Delivery Order.
Place of Performance
Delivery will be made to U.S. Customs & Border Protection Integrated Logistics Division located at Lorton, VA.