SOLICITATION NOTICE
70 -- RADIO FREQUENCY IDENTIFICATION (RFID)
- Notice Date
- 8/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- DAAB07-97-D-V007
- Response Due
- 8/13/2002
- Point of Contact
- Daniel Keyes, (703)325-8718
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(Daniel.Keyes@cacw.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The CECOM Acquisition Center - Washington intends to extend the ordering period for hardware, software, documentation, training, and engineering services for Contract Number DAAB07-97-D-V007 with SAVI Technology for the period 1 September 2002 through 31 D ecember 2002, in accordance with Justification & Approval for Other Than Full and Open Competition (J&A) No. 02-124. This extended ordering period would precede issuance of the new contract to SAVI, previously synopsized on July 10, 2002. The extension i s necessary in order to provide an integrated source of supplies and services for five commercially produced Radio Frequency Identification (RFID) technologies - Active, Passive, Beacon, Portal-based, and Real Time Locating System (RTLS). The contract req uires Active Transponders with a memory size of 128 Kbytes and an omnidirectional read and write distance of 300 feet and a battery life of four years. Passive RFID requirements include a read distance of up to 5 feet, and a write distance of 1.5 feet. B eacon (tag talk first) RFID technology requirements include memory sufficient to discriminate among 500 tags, and be capable of reading line of sight signals at a range greater than 150 feet. Portal-based RFID technology requirements include read/write ta gs with memory size up to 16 bytes, a line of sight read and write distance of greater than 150 feet, accuracy to within 12 feet of the portal. RTLS RFID technology includes the ability to provide continuous, real-time monitoring of assets, read distances up to 350 feet indoor and 1000 feet outdoors without requiring direct line of sight, and tag location accuracy within 10 feet. Fixed, Transportable, and Handheld interrogators are required for Active, Passive, Beacon and Portal-based technologies. Handh eld interrogators are required for the RTLS technology. The requirements of the contract may be accessed via the CECOM Acquisition Center-Washington at http://www.cecomacw.army.mil. Please contact Daniel Keyes at 703-325-8718, email Daniel.Keyes@cacw.arm y.mil, to request any information. The contracting officer for this proposed action is Gloria McGee 703-325-2927, email Gloria.McGee@cacw.army.mil. SEE NOTES 12 and 22.
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN00136357-W 20020810/020808213657 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |