Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOURCES SOUGHT

70 -- 70??????SOURCES SOUGHT FOR COMMERCIAL PASSIVE RADIO FREQUENCY IDENTIFICATION (RFID) ELECTRONIC PRODUCT CODE (EPC)INTEROPERABLE CLASS 0 AND 1 PRODUCTS SOL N/A

Notice Date
8/12/2004
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-04-Q-000X
 
Response Due
9/2/2004
 
Archive Date
11/1/2004
 
Point of Contact
brenton.barefoot, 7033253344
 
E-Mail Address
Email your questions to ACA, ITEC4
(brenton.barefoot@itec4.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources are being sought for commercially available Radio Frequency Identification (RFID) EPCglobal Class 0 and 1 products. The Government is considering the use of FAR Part 13 Blanket Purchase Agreements for each category of required supplies and s ervices (e.g., tags, fixed and transportable readers, handheld readers, desktop printers, portable printers, technical engineering services). The Government will specify the use of the EPCGlobal Class 0 and 1 specifications in the procurement. The curren t requirements for the EPC Class 1 Tags include a memory size of 96 bits with a read distance of at least 3 meters. Handheld, fixed, and transportable Class 0 and 1 multi-protocol interrogators (readers) are currently required. The multi-protocol reader solution is required to simultaneously read both Class 0 and Class 1 tags in any orientation and be capable of reading a sufficient number of tags/second to support Government receiving and processing requirements. Information regarding the read rate and reliability rate of multi-protocol readers is solicited. Information concerning the availability of RF-enabled handheld multi-protocol readers that meet the wireless security requirements of FIPS 140-2 is also solicited. Multi-protocol readers are also r equired to be upgradeable to read EPCglobal UHF Generation 2 tags. Information regarding the methodology for the reader Generation 2 upgrade (i.e., hardware, software, firmware) is solicited from potential sources. Information regarding the status of par ticipation in EPCglobal Interoperability testing for EPC tags and readers is also sought. A wide range of EPCglobal Class 1 tags are required for, but not limited to: charboard, fiberboard, wood, plastic, glass, metals and liquid filled containers. RFID EPCglobal Class 1 enabled desktop and portable printers are also required, along with Class 1 Smart Labels (roll form) for internal DoD applications. Information regarding the capability of the equipment to operate worldwide, including Europe, Japan and t he Middle East is solicited. Integration services and software to support all products are required to seamlessly integrate this technology into various DoD automated information systems. Potential sources are invited to provide information regarding the types of labor categories available to provide engineering services for the installation of EPC equipment, the integration of EPC equipment with existing automated information systems and training of personnel in the use and operation of EPC equipment and software. A 3-year warranty is contemplated. Information regarding the turn-around time for warranty support for these products is requested. The Government is also considering multi-functional handheld devices capable of simultaneously reading EPCglob al Class 0 and Class 1 tags and also capable of reading linear and two-dimensional bar codes including PDF417 and Data Matrix ECC 200 symbology at a nominal cell width of 10 mils. The Government is also interested in other value added EPCglobal Class 0 an d Class 1 products and services. Potential sources are requested to address any specification issues, mail product information and relevant GSA Schedule information, and identify Internet Web sites containing relevant information. (Although GSA Schedule information is sought, the Government does not intend to use GSA Schedule-based Blanket Purchase Agreements; instead, the intent is to use Blanket Purchase Agreements based solely on FAR Part 13.) Potential sources are further requested to provide pricing information for all products, the date of availability of production quantities of products and the delivery lead-time requirements by type of commodity. Potential sources are requested to provide their CAGE Code, type of business, e.g., small business, small disadvantaged business or a woman owned small business, veteran owned business, manufacturer, etc., and whether their firm is registered in the Central Co ntractor Registration (CCR) database (http://www.ccr.gov/) Potential sources are requested to provide this information to ITEC4, Washington, ATTN: SFCA-IT-A, Janet Spaulding, 2461 Eisenhower Avenue, Alexandria, VA 22331 with a courtesy copy to AMC LOGSA P SCC, ATTN: AMXLS-AT (Mr. Zagursky), 11 Hap Arnold Blvd, Tobyhanna, PA 18466-5097. Responses are due by 2 September 04. The POC for technical issues is Mr. Richard McCunney, (703) 325-3303, email Richard.mccunney@itec4.army.mil. The POC for contracting i ssues is Ms. Janet Spaulding, (703) 325-8727, e-mail janet.spaulding@itec4.army.mil.
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Hoffman Bldg 1 Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00642582-W 20040814/040812212440 (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 |
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.