1.Looking for suppliers of Agrcultural seeds for vegetables, fruits.
For further information, please contact:
Mr. Tshepo Meswele
Tel:00267-3188167
Cell:00267-71692174
Contact: David.O.A.Francis
Company: Upex int ltd
4 creek read apapa lagos state nigeria
apapa lagos state 23401
Nigeria
E-Mail: importexport1983yahoo.com
Phone: +23419547306
Fax: +01
Date/Time: 12/16/08 9:57 GMT
2Subject: cocoa and cashew nut and solid minirals too
Description:
Universal Progressive Express International Limited
We have cocoa for sale in a very large good quantity and a small price,and we have cashew nut for sale too,in a large quantity as well.Please any intrested person shold please contact the following:
extecy01@hotmail.com
universalprogressive@hotmail.com
shell_kate@hotmail.com
+23419547306
+2348058908806
thankx
And we have lead ore and coper ore and uranium ore for sale in a large quantity too
3Contact: kwan r chung
Company: S E C
1388 43-6 Woo-1 Haeundae Pusan
Pusan 612 787
Korea (South)
E-Mail: kwan_r_chungyahoo.com
Phone: 82 18 561 1222
Fax: 82 51 913 1333
Date/Time: 12/15/08 1:07 GMT
Subject: Chemical Tanker 10000-12000dwt - ship purchase
Description:
Chemical Tanker 10000-12000dwt - ship purchase
http://www.shiplink.info/contents2.asp?refno=8068
5 BID:
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 or Broad Area Announcement (BAA).
Furthermore, those who respond to this RFI should not anticipate feedback with
regards to its submission; other than acknowledgment of receipt ? IF a request
for an acknowledgement is requested by the submitter. This RFI does not
commit the Government to contract for any supply or service. DHS DNDO T&E is
not at this time seeking proposals. Responders are advised that the U.S.
Government will not pay any cost incurred in response to this RFI. All costs
associated with responding to this RFI will be solely at the responding
party?s expense. Not responding to this RFI does not preclude participation in
any future RFP or BAA. If a solicitation is released, it will be via the
Governmentwide Port of Entry (GPE) at (http://www.fedbizopps.gov). It is the
responsibility of the potential offerors to monitor the website for any
information that may pertain to this RFI. The information provided in this RFI
is subject to change and is not binding on the Government. All submissions
become the property of the Federal Government and will not be returned.
1.0 DESCRIPTION
The Department of Homeland Security (DHS), Domestic Nuclear Detection Office
(DNDO), Systems Engineering and Evaluation (SE&E) Directorate is seeking
information on Radiation/Nuclear Detection and Identification systems that are
designed for scanning of commercial aviation passengers and their baggage in
an international terminal environment. DNDO has a mission to enhance the
capability to interdict the illicit import of nuclear and radionuclide
materials that may be used by terrorists as weapons of mass destruction or for
dispersal of radioactive materials. The ?Passenger and Baggage Pilot Program?
(PaxBag) was initiated for the deployment of radiological/nuclear detection
and identification systems at U.S. International airports.
PaxBag may lead to systems testing and operational demonstrations of
radiological/nuclear (rad/nuc) detection and identification systems solutions
that are identified in response to this document. Performers who are able to
satisfy the requirements and constraints below are invited to submit
information describing their capability and systems.
PaxBag goals are to identify and demonstrate innovative rad/nuc detection
technologies that satisfy any or all of the following:
?Scan passengers only and passengers with baggage (carry-on and checked) to
detect and identify radiological and nuclear materials present.
?Scan carry-on and checked baggage alone to detect and identify radiological
and nuclear materials present. Unattended scanning of the baggage is preferred.
?Active and passive detection and identification systems, as appropriate, may
be considered.
Scanning should at a minimum be capable of any of the following:
?Detect radiological sources of Gamma and Neutron emissions. Real or near
real time identification of the radiological sources is preferred
?Detect Special Nuclear Material (SNM). Real or near real time identification
these sources is preferred
?Detect the presence of low activity radiological materials in the presence of
distinct masking sources and/or with a variety of common shielding materials.
?Localize radiological sources to within a two (2) meters radius in a
cluttered environment.
Additional desired capabilities include, but are not limited to the following:
?Identify and categorize radiological sources of Gamma and Neutron emissions.
Real or near real time identification of the radiological sources is preferred.
?Identify and categorize Special Nuclear Material (SNM). Real or near real
time identification these sources is preferred.
?Identify the presence of low activity radiological materials in the presence
of distinct masking sources and/or with a variety of common shielding
materials.
Documentation included with each submission should address operability and
maintainability in operational environments. Submissions should discuss the
following:
?Full description of the gamma and neutron detectors and associated detection
capability.
?Storage, communications and transfer of data using common protocols from the
sensor to a remote and/or central monitoring location. Information about
software used for data transfer and analysis shall be provided.
?Data output format needs to be described in detail. Information shall be
provided about the different files created by the system.
?User notification of alarms. Submissions should clearly describe how
operators are notified of an alarm. The various alarm modes must be discussed,
whether they are audible, visual or both. Submissions must also discuss how
alarm notification may be shut off locally and be transferred to a remote
location for resolution.
?Operations and system?s susceptibility in the presence of strong
electromagnetic fields, to include air traffic control radar frequencies and
intensities.
?How radiated emissions from the instrument may affect and potentially
interfere with other equipment located in the area of use. Radiated emission
from the instrument shall be stated.
?Sustainable operations in a passenger airport environment.
?Parameters settings appropriate to the passenger airport environment.
?Appropriate levels of internal security.
?Backward compatibility with existing technologies and capability to support
emerging and future technologies
?Integration of legacy rad/nuc detection and identification systems.
?Interoperability with existing Federal command, control, and communication
systems.
?Compliance with all applicable laws, Federal Communications Commission (FCC),
National Telecommunications and Information Administration (NTIA), and Federal
Aviation Administration (FAA) rules and regulations.
?Performance against appropriate standards such as, but not limited to, the
American National Standard Performance Criteria for Radiation Monitors Used
for Homeland Security to include:
?N42.32-2006 for Alarming Personal Radiation Detectors and in particular
Section 6 pertaining to: ?Radiological Tests?.
?N42.33-2006 for Portable Radiation Detector Instrumentation and in particular
Section 6 pertaining to: ?Radiological Tests?
?N42.34-2006 for Hand-Held Instruments for the Detection and Identification of
Radionuclides and in particular Section 6 pertaining to: ?Radiological Tests?
?N42.35-2006 for Radiation Detection Portal Monitors and in particular
Sections 5.1.1 pertaining to: ?Pedestrian Systems? and 5.1.4 for ?Package (or
conveyer)?. Also, Section 6 pertaining to: ?Test Procedures?.
?N42.38-2006 for Spectroscopy-Based Portal Monitors and in particular Sections
5.1.1 pertaining to: ?Pedestrian Systems? and 5.1.4 for ?Package (or
conveyer)?. Also, Section 6 pertaining to: ?Test Procedures?.
?N42.43-2006 American National Standard Performance Criteria for Mobile and
Transportable Radiation Monitors Used for Homeland Security
?N42.48-2006 for Spectroscopic Personal Radiation Detectors (SPRDs) and in
particular Section 6 pertaining to: ?Radiological Tests?.
?Results of any additional test results appropriate to radiation systems.
?Gamma and neutron detection efficiencies shall be provided for static and
dynamic measurements. If the system has identification capabilities, the
instrument library and energy range of measurement shall be provided.
?Angular response of the system shall be provided.
2.0 PURPOSE OF THIS RFI
Through this RFI, DHS DNDO SE&E is seeking technical information responses to
determine the capability of the market to provide innovative technologies that
may meet PaxBag goals.
3.0 QUESTIONS
3.1 Ability to Meet PaxBag Goals
?Describe your capability to deliver innovative detection/identification
technologies that provide users with accurate, reliable and durable rad/nuc
detection and identification systems that would increase the probability to
detect, identify, and categorize illicit radiological/nuclear materials
entering the United States via international passengers and/or baggage
pathways.
?Describe your capability to demonstrate your technology?s potential of
meeting PaxBag goals.
?Describe the stage of development or maturity of the technology identified in
the response to this RFI. Note: Technology maturity is a measure of the
degree to which proposed critical technologies meet program objectives and is
a principal element of program risk. A technology readiness assessment
examines program concepts, technology requirements, and demonstrated
technology capabilities in order to determine technological maturity. The
minimum TRL level that will be considered is TRL 6. Assessment of your
technology is to be determined based on the guidance provided in Chapter 10 of
the Defense Acquisition Guidebook (for guidance see Table 1) and the
following sites
http://www.dhs.gov/xlibrary/assets/product_realization_chart.pdf
and
http://www.dhs.gov/xres/programs/gc_1211996727996.shtm
?Provide examples of data transfer protocols and data files created by the
detection and identification systems identified in responding to this
document. Systems must be networkable. Information on the data files should
include, at a minimum, path (storage location), typical size, format, content,
date created, and viewers (text editor, vendor software).
?If possible, provide a copy of a test report associated with the detection
and identification systems identified in responding to this document. The test
report can be an independent test report or a manufacturer?s test report.
?Provide information as to how the proposed technology is expected to be
commercialized, scalable and manufactured in large quantities.
?Provide a cost estimate of the solutions presented.
4.0 SUBMISSION DIRECTIONS
4.1 Interested parties are requested to respond to this RFI with a white
paper. Each respondent shall identify its business size. The associated North
American Industry Classification System (NAICS) code is 541712 with a small
business size standard of $13.5 million dollars . All documentation, white
paper, test reports, specification, drawings, etc. shall be submitted in pdf
format. Those who respond to this RFI should not anticipate feedback with
regards to their submission other than acknowledgment of receipt, if a request
for an acknowledgement is requested by the submitter. DHS reserves the right
to review late submissions but makes no guarantee to the order of or
possibility for review of late submissions. The white paper document shall be
limited to 10 pages. The complete package will be submitted via e-mail.
Proprietary information, if any, should be minimized and MUST BE CLEARLY
MARKED. To aid DHS, please segregate proprietary information. Please be
advised that all submissions become the property of the Federal Government,
and will not be returned.
Responses to this RFI may be evaluated by Government technical experts drawn
from staff within DHS DNDO and other Federal agencies. The Government may use
selected support contractor personnel to assist in the evaluation. These
support contractors will be bound by appropriate non-disclosure agreements to
protect proprietary and source-selection information.
Responders are encouraged to avoid use of excessive marketing lexicon, to
avoid submission of fancy brochures and other unnecessary sales literature,
and to avoid product puffery. Describe in clear and concise language the
capabilities of your system to meet the requirements set forth in Section 1.0
and 3.1.
4.2 DHS will review the provided information and may elect to explore some
of the operational and/or technology submissions. DHS may further elect to
investigate the operational feasibility of a set of solutions as part of an
anticipated demonstration campaign. If notified of DHS interest in their
solution, each selected manufacturer will respond by:
?Executing a Bailment Agreement with DHS.
?Shipping their system(s) to NSTec in accordance with the Participation
Conditions that will be provided.
?Coordinating with NSTec for manufacturer-conducted training on their system
(s). This training shall be of the ?train the trainer? type. NSTec technicians
will be trained and will subsequently train actual state and local operators
to use the systems.
To obtain a copy of the Bailment Agreement, detailed shipping and logistics
instructions, the selected manufacturers must contact by e-mail the DHS/DNDO
Contract Office and POC listed on the attachment with this RFI.
Subject to classification guidelines, manufacturers will be individually
informed as to how well their solution performed. Test results and user
feedback will be provided. Summary of the test protocols and the raw data
recorded by the system will be also provided to the manufacturer within two
months of the completion of the demonstration campaign.
All questions and responses should be sent to the Contract Specialist, tracy.c.miller@dhs.gov
Miller via email at . Responses are