Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

70 -- Scanners

Notice Date
9/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-08-Q-0115
 
Point of Contact
Laura A. Dodson, Phone: 7177705516
 
E-Mail Address
laura.dodson@dla.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) and Subpart 13.5 – Test Program For Certain Commercial Items of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3100-08-Q-0115. This solicitation is Unrestricted. The Defense Distribution Center, New Cumberland, PA has a requirement to purchase Hand Held Scanners, 198 each Hand Held Products (HHP) Model 4820i with 5 year warranty and 210 each Model 4800iSR with standard 3 year warranty as described below (CLIN 0001 thru CLIN 0009). This is a BRAND NAME or EQUAL acquisition; in accordance with FAR 52.211-16, a list of the salient physical, functional, or performance characteristics that “equal” products must meet are attached or can be obtained from the DDC Contract Specialist. Specifically the standardized imager must be brand name or equal to the (Hand Held Products) HHP (now Honeywell) Model 4820i imager and HHP IMAGETEAM 4800iSR imager with appropriate required DLA setups and character conversion changes to interoperate with DLA/DDC WMS. The specific characters to be converted and their substitutions are defined in the list of salient characteristics for each model. CLIN 0001 – SCANNER, INDUSTRIAL, SAME OR EQUAL TO HHP (NOW HONEYWELL) MODEL 4820i WITH A 5 YEAR COMPREHENSIVE WARRANTY. SHIP TO: TINKER AFB, OK 73145 (DDOO) 100 EACH @ $_______________ EACH = $_______________ TOTAL CLIN 0002 – SCANNER, INDUSTRIAL, SAME OR EQUAL TO HHP (NOW HONEYWELL) MODEL 4820i WITH A 5 YEAR COMPREHENSIVE WARRANTY. SHIP TO: ANNISTON, AL 36201 (DDAA). 6 EACH @ $_______________ EACH = $_______________ TOTAL CLIN 0003 – SCANNER, SAME OR EQUAL HHP 4800iSR WITH THE STANDARD 3 YEAR WARRANTY SHIP TO: MECHANICSBURG, PA 17055 125 EACH @ $_______________ EACH = $_______________ TOTAL CLIN 0004 – SCANNER, INDUSTRIAL, SAME OR EQUAL TO HHP (NOW HONEYWELL) MODEL 4820i WITH A 5 YEAR COMPREHENSIVE WARRANTY. SHIP TO: MECHANICSBURG, PA 17055 25 EACH @ $_______________ EACH = $_______________ TOTAL CLIN 0005 – SCANNER, INDUSTRIAL, SAME OR EQUAL TO HHP (NOW HONEYWELL) MODEL 4820i WITH A 5 YEAR COMPREHENSIVE WARRANTY. SHIP TO: WARNER ROBINS AFB, GA 31098 20 EACH @ $_______________ EACH = $_______________ TOTAL CLIN 0006 – SCANNER, SAME OR EQUAL HHP 4800iSR WITH THE STANDARD 3 YEAR WARRANTY SHIP TO: MECHANICSBURG, PA 17055 20 EACH @ $_______________ EACH = $_______________ TOTAL CLIN 0007 – SCANNER, INDUSTRIAL, SAME OR EQUAL TO HHP (NOW HONEYWELL) MODEL 4820i WITH A 5 YEAR COMPREHENSIVE WARRANTY. SHIP TO: MECHANICSBURG, PA 17055 35 EACH @ $_______________ EACH = $_______________ TOTAL CLIN 0008 – SCANNER, SAME OR EQUAL HHP 4800iSR WITH THE STANDARD 3 YEAR WARRANTY SHIP TO: YUKOSUKA, JAPAN (DDYJ), FPO AP 96349 65 EACH @ $_______________ EACH = $_______________ TOTAL CLIN 0009 – SCANNER, INDUSTRIAL, SAME OR EQUAL TO HHP (NOW HONEYWELL) MODEL 4820i WITH A 5 YEAR COMPREHENSIVE WARRANTY. SHIP TO: PEARL HARBOR, HI 96860 (DDPH) 12 EACH @ $_______________ EACH = $_______________ TOTAL Offerors shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination). Equipment shall be shipped to the locations shown above, exact shipping addresses will be provided in the final award, or can be obtained from the Contract Specialist POC. Note: The desired delivery schedule is 2 weeks ARO and the required delivery schedule is 30 days ARO. If providing an “OR EQUAL” product, offerors must submit technical information which demonstrates that the item offered meets the minimum salient characteristics per the attached (reference FAR 52.211-6). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26 effective 12 June 2008 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080812 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2008-41-thru 45. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The preferred method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA). The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. FAR 52.211-6 -- Brand Name or Equal. (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 52-212-2 Evaluation – Quotes will be evaluated in accordance with FAR 13.106. The Government intends to evaluate quotes in response to this quotation without discussions and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price which meets the product technical requirements for all CLINS. Therefore to be considered for award, a quote must be provided for all CLINS. FAR 52.212-4 Contract Terms and Conditions–Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph (b) the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-14Limitations on Subcontracting FAR 52.222-3 Convict Labor FAR 52.222-19Child Labor–Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-39Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 52.222-50Combating Trafficking in Persons FAR 52.225-13Restriction on Certain Foreign Purchases FAR 52.232-36Payment by Third Party FAR 52.232-33Payment by Electronic Funds Transfer—Central Contractor Registration FAR 52.247-64Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7024 Notification of Transportation of Supplies by Sea DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) All questions and inquiries should be addressed via email to laura.dodson@dla.mil, Request for Quote Number SP3100-08-Q-0115. Pricing and representations/certifications are required NLT 3:00 PM EDT ON SEPTEMBER 15, 2008. This information should be submitted to above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by either electronic funds or government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed. DSS SCANNER JUSTIFICATION Brand Name or Equal HHP 4800iSR With DLA modifications. The Defense Distribution Center (DDC), a major field activity of the Defense Logistics Agency operates over 25 standardized depots and distribution processes world wide in support of a critical Department of Defense logistics pipeline. The depots operate a standard process using a standardized system (DSS). That standardization, under the direction of the Office of the Secretary of Defense has generated significant cost avoidance for the Department of Defense. That inherent nature of the standardization requires most or nearly all equipment and in particular equipment used in systemic depot operations (IT) has been tested, validated and standardized to operate under the required constraints and with the standardized computer system. Equipment not validated entails significant additional hidden costs to the Government in insuring operability, data integrity and assurance, significant cost benefit, product maintenance and repair. The DDC has a requirement to procure a brand name or functionally equal adjunct or replacement for the standardized imager system currently used in an industrial environment. In this case, specifically the IT equipment is additional standardized imager must be brand name or equal to the (Hand Held Products) HHP IMAGETEAM 4800iSR imager with appropriate required setups and changes. The imager, with appropriate required setups and changes has been marketed in the past as through HHP resellers as part number HHP4800iSR051Cor Army AITIII Contract as CLIN 0008AD. The HHP4800iSR051C or AITIII Clin 0008AD can be defined as an HHP 4800iSR051C or HHP IMAGETEAM 4800iSR, with 12 foot USB cable (HHP 42206202-02) and the inherent programmed/firmware ability to read and convert specific 2d barcode MH10 format characters to other characters that can simply be passed through the DOD communications system to an IBM mainframe operating OS390 or similar Operating System. The specific characters to be converted and their substitutions are defined in the Salient Characteristics. Equipment not validated for use by manufacturer, model and appropriate programming must be tested and validated to inter-operate in the DLA warehousing industrial environment or it cannot be considered as applicable or part of the standard suite of applicable replacements. Salient Characteristics for Brand Name or Equal HHP IMAGETEAM 4800SR. •Must come in an impact resistant case or housing suitable for light to medium heavy to occasionally heavy industrial use. Housing must be rated to UL 94V0 grade or better. The case must be seal/resist against dust and moisture to the rating of IP54 or better. Unit must remain operational after 50 drops to concrete from a height of 6 feet or better. The imager must withstand vibrations of 5G from 22 to 30 Hz or better and still operate with no untoward reactions. •Must be able to dynamically read, recognize and process the common 1 (one) dimensional barcodes (linear symbologies) with in a reasonable length of processing time. That reasonable length can depend on the variety of possible symbologies that can be considered or recognized but cannot exceed 2 seconds and have an average read, recognize and process time of less then 1 second. •Must be able to read and process printed linear symbologies rated “D” to better in quality, as based on published ANSI scale for rating linear barcode symbologies qualities. •Imager must have the capability to dynamically read, recognize and process at a minimum the following linear symbologies: CODE 39, including PARAF, Interleaved 2 of 5, Code 11, Code 128, Code 93, the various EAN and UPC symbologies, and Codabar. •Imager must have the capability to dynamically read, recognize and process at a minimum the following 2 dimensional symbologies: PDF417 including MicroPFD417, DATA MATRIX, Maxi-Code, QR Code, Aztec, Code 49 and UPC Composite. •Imager must have the capability to dynamically read, recognize and process postal codes to include: Postnet and Planet Code. •Must have the ability to dynamically read, recognize, shift between and process linear and 2d symbologies without any operator or IT professional interaction, when those symbologies have been programmatically activated in the imager. •Imager must be able to read, recognize and process at a minimum OCR-A and OCR-B •The unit must be programmable using symbols and barcodes that define features, symbologies, functions to activate or turn off. This must include programming the imager to ignore, not recognize and not process symbologies not currently needed, but may be later activated when needed. Programming must also be able to activate features such as adding or removing a Carriage Return (ASCII HEX 0D), Line Feed (ASCII HEX 0A), as well as other significant characters (TAB) that depend on the default (keyboard) setup. The Imager must have the ability to program character substitutions when necessary. The Imager must have the ability to program changes to the keyboard configuration emulated (USB as seen as a keyboard wedge) being used as well as change or update the configuration to the operating system the imager must interact with. •The unit/imager must operate with no specific functional operator interaction required beyond the pulling of an operating trigger and pointing at the barcode. The imager is expected to read and process that barcode into a cursor position on a TN3270 emulated screen on a desktop computer or laptop with a Windows XP or later operating system. It should appear to the TN3270 software as a keyboard entry by an operator. •When supplied with the correct USB cable, the imager must have the ability to connect via the above industry standard USB cable and connectors. The USB cable must be supplied at no additional cost. The imager must appear to a industry standard desktop or laptop computer operating Windows XP OS or better as a keyboard wedge or similar device. The USB cable is 12 foot long with approximately 4 feet tightly coiled for ease of use. The total functional length including coils is approximately 8 feet, 5 inches. There is no substitution for the USB connection the same or equal to a HHP part number 42206202-02 USB (sometimes as 06202-2 as marked on a current 4800iSR 12 foot USB cable). The Imager must come with the ability to “plug and play” to the USB port using a supplied USB cable. •The Imager must have the ability to connect via various additional configurations and connections to include the ability to connect using a proprietary 6 foot RS-232 cable to and to successfully connect with, operate with and interact with a Psion Teklogix 8525. The proprietary cables are available as part number 46-TEKDB9-6. It must have the ability to connect to a Psion Teklogix VMU with a proprietary cable. The cable part number is 4-TEKVMU.. The Teklogix cables may be proprietary to Psion Teklogix Inc. There is no substitution for the USB connection. •Imager must have the ability to operate “right out of the box” with minimum set up and configuration. Interpretation software that must reside on a computer to interpret and process the symbologies for the scanner is not acceptable. Any version of middle ware or interdiction software is not acceptable. The requirement to use a separate windows driver that must be loaded for the unit to operate in a Windows XP O/S or better managed USB port is not acceptable. The unit must be USB “plug and play”. •Must provide the following dynamic character substitutions of MH10 format characters in PDF417 and DATA MATRIX symbologies. The purpose of the conversion is to enable the successful transmission of MH10 characters embedded in a PDF417 and possibly DATA MATRIX 2 dimensional barcode transit an IBM mainframe network without any alteration or program changes. No other character conversions or alterations are acceptable. Current MH10 Character (ASCII)Hexadecimal Value Is Converted to: Hexadecimal Value GS1D‘ 60 RS1E|7C EOT04^94 5B[~7E •The imager must be programmed/firmware adjusted at the factory or before delivery to meet the above requirements to assure immediate out of the box deployment. No other interface, development, programming, tuning, configuring, adjusting with any software should be required. A scan sheet or similar simple mechanism resetting the imager to the DLA default configuration should be included. •Must meet or exceed the environmental specifications and operate without problems in the range of possible normal environmental temperature and humidity commonly found in DLA warehousing and distribution operations. DLA operations often function in a temperature from 20F to 120F and 0% to 95% humidity. The storage temperature should meet or exceed the range of -40F to 158F. •Must meet or exceed the published performance characteristics or better of HHP IMAGETEAM 4800iSR specifications and characteristics for working range, skew angle, pitch angle and motion tolerance. Applicants not submitting an HHP IMAGETEAM 4800iSR must submit documentation demonstrating the ability to meet or exceed the IMAGETEAM working range criteria. •When attached via industry standard USB port, imager must operate solely off the USB power supply and not require an additional power source to operate. Imager must have similar electrical power consumption requirements as a HHP 4800iSR as published in the HHP4800iSR specification sheet, 4.0V to 14V DC. Must be the same or more power efficient at 5V power consumption input then: 382mA scanning and 53mA idle. •Imager must have noise rejection the same as or better then a HHP 4800iSR which has a Maximum110mv peak to peak at 10 to 110 Khz. •The imager must be able to operate, read, recognize and process barcodes in full sunlight. Which is defined as Ambient Light from 0 to 100,000 lux. The Imager must supply illumination LED as well as Aiming LED of significant power to accomplish the objective. Must meet or exceed the 4800iSR published Illumination LED of 626nm Plus or minus 30nm and a Aiming LED of 526nm plus or minus 30 nm. The purpose is to assure readability in the many environments involved in DLA distribution operations. •Imager must be able to read and process to a digital image (picture), when the feature is activated with appropriate receiving software in VGA, 752x480, Binary, TIFF, or JPEG output files. •Imager must be the same weight and physical configurations as IMAGETEAM 4800iSR or smaller and lighter. The IMAGETEAM 4800iSR has a weight of 7.5 oz, a Length of 5.3, Height of 6.4 and width of 3.2. •Imager must have a failure rate that meets or exceed the MTBF as defined by MIL-HDBK-217F for a Ground Benign unit of 82,000 hours. The ESD protection should meet or exceed the functionality of 100 discharges at 15kV. • Imager must have a minimum of 3 year warranty for parts and labor, to include warranty of the connecting cables. The units must be marked as to source as to facilitate the prompt return to the appropriate source for warranty repairs and maintenance. •Imager/Unit must be compliant with FCC for Class B devices, CE EMC Class B, The CE Low Voltage Directive, IEC60825-1, LED Safety Class :1. The unit must have UL and cUL Listing as well as 205 Sunrise Compliant; or documentation citing proof of similar accreditations. DSS BARCODE SCANNER/IMAGER JUSTIFICATION Brand Name or Equal HHP 4820i Industrial Wireless Imager With DLA modifications (A Wireless Imager Solution) The Defense Distribution Center (DDC), a major field activity of the Defense Logistics Agency operates over 25 standardized depots and distribution processes world wide in support of a critical Department of Defense logistics pipeline. The depots operate a standard process using a standardized system (DSS). That standardization process, under the direction of the Office of the Secretary of Defense has generated significant cost avoidance for the Department of Defense. That inherent nature of the standardization requires most or nearly all equipment and in particular equipment used in systemic depot operations (IT) has been tested, validated and standardized to operate under the required constraints and with the standardized computer system. Equipment not validated entails significant additional hidden costs to the Government in insuring operability, interoperability, data integrity and information assurance, loss of significant cost benefit plus added maintenance and repairs. The DDC has a requirement to procure a brand name or functionally equal replacement for the standardized wireless imager system currently used in a light industrial environment, with a limited range radio connection and appropriate network security. Specifically the standardized imager must be brand name or equal to the (Hand Held Products) HHP (now Honeywell) 4820i imager with appropriate required DLA setups and character conversion changes to interoperate with DLA/DDC WMS. Associated equipment to the imager is required to ensure a barcode read and interpreted with the wireless barcode imager transmits from the physical imager via a wireless encrypted radio system to a dock/base-station/charger to be further relayed to a windows PC/microcomputer workstation with a WINDOWS operating system and TN3270E emulation software via a USB connection. The associated equipment is considered to contain but may not all inconclusive of a base station/dock/charger the same as or equal to a HHP (Now Honeywell) 2020 Base (referred to below as the Base). The connection to the workstation from the Base is to be with an approximate 6 foot industry standard USB (2.0) cabled connection. Also expected is an appropriately tested and sized lithium ion battery of below defined capacity and all required software and manuals to assure a fast and effective data capture, interpretation and transmission. The HHP 4820i imager, with RF connection and appropriate required setups and changes is currently marketed through an HHP reseller as part number 4820i-FIPS-MH10 with USB. The Imager must be NIST certified at FIPS-140-2 for use in US Federal Government operations. The 4820i-FIPS-MH10 can be defined as a radio frequency connected HHP/Honeywell 4820i with an FIPS-140 level 2 encryption, appropriate base station, approximate 6 foot USB (2.0) cable and the inherent programmed/firmware ability to read and interpret and convert DLA/DDC specific defined 2d barcode MH10.8 format characters to other characters that can be passed simply through our DOD communications system via a TN3270E screen emulator to an IBM mainframe operating system. The specific characters to be converted and their substitutions are defined lower in the Salient Characteristics. Equipment not validated for use by manufacturer, model and appropriate internal programming/ firmware must be tested and validated to completely inter-operate in the DLA warehousing industrial environment or it cannot be considered as applicable or part of the standard suite of applicable replacements. Wireless unitsmust be NIST FIPS-140 level 2 or greater certified. Documentation of that certification may be required. Specific Salient Characteristics for Brand Name or Equal HHP/Honeywell 4820i imagers/scanners for DLA warehousing operations. •Must come in an impact resistant case or housing suitable for light to medium to occasionally heavy industrial use. The imager case must be seal/resist against dust and moisture to the rating of IP54 or better. Imager must be documented as functional and operational after 50 drops to concrete from a height of 6 feet or better. The base must be considered operational after 50 drops to concrete from a height of 3.3 feet. •The imager and associated equipment must come with a minimum 3 year mail back warranty, parts and labor. The battery because of its consumable life may have a 1 year mail back warranty, parts and labor. The USB cable is to be included in the warranty. •Must be able to dynamically read, recognize and process and pass to the TN3270E emulator screen the common 1 (one) dimensional barcodes (linear symbologies) with in a reasonable length of processing time. That reasonable length can depend on the variety of possible symbologies that can be considered or recognized but cannot exceed 2 seconds and have an average read, recognize and process time of less then 1 second. •Must be able to read, interpret and process printed linear symbologies rated “D” to better in quality, as based on published ANSI scale for rating linear barcode symbologies qualities. •Imager must have the capability to dynamically read, recognize and process at a minimum the following linear symbologies: CODE 39, Code 128, Code 93, the various EAN and UPC symbologies, as well as Codabar. •Imager must have the capability to dynamically read, recognize and process at a minimum the following 2 dimensional symbologies: PDF417 including MicroPFD417, DATA MATRIX, Maxi-Code and EAN, UPC Composite. •Imager must have the capability to dynamically read, recognize and process postal codes to include: Postnet, Planet Code. •Imager must be able to read, recognize and process at a minimum OCR-A and OCR-B •Must have the ability to dynamically read, recognize, shift between and process above linear and 2d symbologies without any operator or IT professional interaction, when those symbologies have been programmatically activated in the imager. •The unit must be programmable using symbols and barcodes that define features, symbologies and functions to activate or turn off. This must include programming the imager to ignore, not recognize and not process symbologies not currently needed, but may be later activated when needed. Programming must also be able to activate features such as adding or removing a Carriage Return (ASCII HEX 0D), Line Feed (ASCII HEX 0A), as well as other significant characters (TAB) that depend on the default (keyboard) setup. The unit must have the ability to significant program character substitutions when necessary. •The unit/imager must operate with no specific functional operator interaction required beyond the pulling of an operating trigger and pointing the unit at the barcode. The imager is expected to read, interpret and process a scanned barcode into the appropriate character stream at the coordinates identified as a cursor position on a TN3270E emulated screen on a desktop computer or laptop with a Windows XP or later operating system (identified as the workstation). It should appear to the TN3270E software as a keyboard entry by an operator, what is commonly referred to as a virtual or logical or software keyboard wedge. •The wireless connection must be a secure, robust and a proven mechanism of connecting to the base station and the appropriate application using BLUETOOTH 1.2 or later radio interface and must in addition be NIST certified for FIPS-140 level 2 (NIST stage 5 approved, is to be considered certified). Please see http://en.wikipedia.org/wiki/FIPS_140 and http://csrc.nist.gov/groups/STM/index.html. BLUETOOTH in this instance is defined as 2.4 to 2.4835 Ghz Frequency Hopping (ISM band). The actual data rate cannot be less then 720KBps. The effective range of the imager to the base is to be not less then 33 feet unobstructed. The range of 33 plus approximately 20% is considered the maximum range of the appliance. Ranges above that may not ne considered for security reasons. •Imager must have the ability to operate “right out of the box” with minimum set up and configuration. All of the processing to read, scan, interpret, process the prescribed bar codes must reside in the device UPSTREAM from the workstation (internal to the imager or base). Interpretation software that must reside on a computer to interpret and process the symbologies for the scanner is not acceptable. Any version of middle ware or interdiction software is not acceptable. The requirement to use a separate windows driver that must be loaded for the unit to operate in a Windows XP O/S or better managed USB port is not acceptable. The unit must be defined as USB “plug and play”. USB version must be 2.0. •Must provide the following dynamic character substitutions of MH10.8 format characters in PDF417 and DATA MATRIX symbologies. The purpose of the conversion is to enable the successful transmission of MH10.8 defined characters embedded in a PDF417 and possibly DATA MATRIX 2 dimensional barcode to transit an IBM mainframe network without any alteration or program changes. No other character conversions or alterations are acceptable. Current MH10 Character (ASCII)Hexadecimal Value Is Converted to: Hexadecimal Value GS1D‘ 60 RS1E|7C EOT04^94 5B[~7E •The imager must be programmed/firmware adjusted at the factory or before delivery to meet the above character substitution requirements to assure immediate out of the box deployment. Or must be provided with a “quick scan” programming barcode(s) that immediately activates or programs the above conversion process. No other interface, development, programming, tuning, configuring, adjusting with any software or firmware should be required. A scan sheet or similar simple mechanism resetting the imager to the DLA default configuration that provides character substitution and connection mechanism is acceptable and must be included if the units was not preprogrammed. •Must meet or exceed the environmental specifications and operate without problems in the range of possible normal environmental temperature and humidity commonly found in DLA warehousing and distribution operations. DLA operations often function in a temperature from 14F to 122F and 0% to 95% humidity. The base station must be able to operate in a range of 32F to 120F, 0% to 95% humidity. The storage temperature of both the imager and base should meet or exceed the range of -40F to 158F. •Must meet or exceed the published performance characteristics or better of HHP (Now Honeywell) 4820i specifications and characteristics for working range, skew angle, pitch angle and motion tolerance. Applicants not submitting an HHP (Now Honeywell) 4820i must submit documentation demonstrating the ability to meet or exceed the 4820i working range criteria for optics. The specifications for a HHP 4820i can be found at: http://www.handheld.com/Site.aspx/na/en/product_center/product_support/?tab=product_support&product=245&category=6 •The imager must be supplied with a battery of sufficient size and magnitude to power the imager for a minimum of 50,000 scans per full battery charge. The suggested capacity is ~1,800mAh as a minimum. The stand/dock is expected to act as a battery charger when the using is not being actively operated. If the stand/dock is not able to be used as a charger another battery charging mechanism with a spare battery must be supplied •The imager must be able to operate, read, recognize and process barcodes in reasonably ambient sunlight, considered strong daylight conditions. Which is defined as Ambient Light from 30,000 to 100,000 LUX. The Imager must supply illumination LED as well as Aiming LED of significant power to accomplish the objective. Must meet or exceed the 4820i published Illumination LED of 617nm Plus or minus 30nm and a aiming LED of 526nm plus or minus 30nm. The purpose is to assure readability in the varied environments involved in DLA distribution operations and environments. •Imager must be able to read and process to a digital image (picture), when the feature is activated with appropriate receiving software in VGA, 752x480, Binary, TIFF, or JPEG output files. •Imager must be the same approximate weight and physical configurations as HHP (Honeywell) 4820i or smaller and lighter. •Imager/Unit must be compliant with USA: FCC part 15 subpart C. Europe: The CE Low Voltage Directive (2020), CB Scheme to IEC60950-1 and IEC60825-1, CLASS 1 LED (4820). The unit must have UL Listing 60950-1or documentation citing proof of similar accreditations. •Imager must come with a minimum 5 year comprehensive, mail back warranty on all parts and labor, for all parts of the 4820i. Plus one year parts and labor on batteries. The warranty must include replacement of units too damaged to repair and must include shipping costs of the replacement/repaired unit.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3e2c5c563fbd2795f7039904ef936efc&tab=core&_cview=1)
 
Place of Performance
Address: Various, United States
 
Record
SN01658434-W 20080905/080903223631-3e2c5c563fbd2795f7039904ef936efc (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.