Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

70 -- Ultra-wideband (UWB) Active Radio Frequency Identification (aRFID) Tracking Systems

Notice Date
9/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Sill, ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W90FU0-8235-9001
 
Response Due
9/29/2008
 
Archive Date
11/28/2008
 
Point of Contact
Kena Herring, 580-442-3906<br />
 
Small Business Set-Aside
Total Small Business
 
Description
PART: U.S. Government Procurements SUBPART: Supplies, Equipment and Material CLASS CODE: 7050 OFFICE ADDRESS: Mission and Installation Contracting Command Enterprise Installation Operations Directorate of Contracting 2418 NW Macomb Road Fort Sill, Ok 73503-9011 Combination Synopsis Solicitation SOL #: W90FU0-8235-9001 Technical Questions: 26 September 2008, 4:00 PM CST Response Date: 29 September 2008, 12:00 PM CST This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 Solicitation W9124L-08-T-0114 is a Request for Quote (RFQ) for Ultra-wideband (UWB) Active Radio Frequency Identification (aRFID) Tracking Systems, in accordance with the Governments requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, effective 12 June 2008. The North American Industrial Classification System (NAICS) number is 334111 and the business size standard is 1,000 employees. This proposed acquisition is reserved for 100% Small Business. All prospective offerors must be actively registered in Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Payment will be made by government purchase card (visa). The Government will not and cannot make payment through PayPal. The following shall be delivered to 428th & 434th Field Artilleries, Fort Sill, Oklahoma. Please provide quote in spaces provided below: 0001: (4) UWB aRFID Tracking Systems IAW the Statement of Work (SOW): unit price ____________ x __4__ Each = extended price ___________. 0002: (1) UWB aRFID Tracking Systems IAW the Statement of Work (SOW): unit price ____________ x __1__ Each = extended price ___________. Scope of Work: C.1. The Contractor shall furnish and install five (5) complete, turn key Ultra-wideband (UWB) Active Radio Frequency Identification (aRFID) tracking systems for the 428th and 434th Field Artillery (FA) at Fort Sill, Oklahoma. Four (4) aRFIDs shall be installed in each of the four (4) company arms rooms for the 428th FA (Bldgs 2436, 2470, and 3415) and one (1) aRFID shall be installed in the Brigade (BDE) Weapons Room, for the 434th FA (Bldg 6130). Each of the five (5) tracking systems shall be complete and fully functional within the terms of this contract and operate independently of each other. C.1.1. Each of the five (5) tracking systems shall meet the following specifications: C.1.1.1. Identify, verify read collection, and provide for monitoring the movement of weapons, sensitive items and any other items fitted with aRFID tags through defined user interface and automated reader devices. aRFID system shall have the capability of pinpointing any assets location to within 1 X 1 area. C.1.1.2. Demonstrate 99.9% confidence in the physical security and accountability of items fitted with aRFID tags. C.1.1.3. Provide a fully accountable, irrefutable paper trail including suite of standard reports, ad hoc reports, and customized reports. C.1.1.4. aRFID tag reading presenting less than one error in 100,000 collections in metallic, densely packed multi path environments. C.1.1.5. Provide for multiple tags (20,000 +/-) functionally linked and read without data collision or data loss. C.1.1.6. aRFID tag size shall not exceed 2.54 centimeters wide, 2.54 centimeters deep, and 3.15 centimeters thick. aRFID tag data burst shall not exceed 1 nanosecond. The center frequency shall normally operate between 6.5 to 7.25 GHz. C.1.1.7. aRFID internal power cell must provide a usable life of not less than three (3) years under normal operating use, with aRFID tag programmed for a one hertz data burst no less than once every second for the entirety of its life cycle. C.1.1.8. aRFID shall be permanently affixed to the serial numbered receiver of a weapon or weapon component such that the aRFID cannot be casually removed; demonstrate 100% tolerance of normal cleaning solvent materials such as Methy Ethol Ketone (MEK), Safety Kleen 105 Solvent (Tetrachloroethene), Breakfree CLP that may contain 2-butoxyethanol, and other similar distillates. The contractor shall affix all tags. The tags shall be permanently affixed without the use of screws, drilling, and holes. Nothing shall be affixed to the equipment that would change the existing integrity of the equipment make up. C.1.1.9. Provide enterprise-level Security Tracking Application Software (STAS) with GUI functional user interface that is approved by NETCOM to operate on a U.S. Army Campus Area Network, Local Area Network, or Wide Area Network. C.1.1.10. Software shall provide for positive data encryption using standard DoD and Army protocols. C.1.1.11. System shall be capable of providing documentation and reports to include (but are not limited to): - Weapons location - Weapons issue/receipt (series of reports by unit, type weapons, date/time, etc.) - Weapons issue/receipt shall use positive means of identification through CAC readers, and individual pin codes - Weapons in Direct Support (DS) maintenance (series of reports by type weapons, date/time, Job Order Number, Non-mission capable maintenance (NMCM) and Non-mission capable supply (NMCS), etc. Expected date/time of return; overdue returns. - Misplaced items (not checked out, not appearing at any RFID location). - List of all assets with current location/status (issued or checked in). - List of all users and their last activity. - Asset activity report over specified time period. - Ad hoc customized reports. C.1.1.12. Support services shall include user level and administrator training not less than twice annually; routine, and periodic quarterly, semi-annual, and annual maintenance checks and service; warranty services; and online and telephonic technical support. C.1.1.13. The purchase shall include a three (3) year warranty on all parts and labor. Due to the sensitive nature of the equipment that the system tracks, the contractor must respond to requests for warranty service within twenty-four (24) hours of receiving the call. Warranty calls will only be made during normal operating hours of the unit. C.1.2. Tracking System Components: Each of the five (5) tracking systems shall have at a minimum the following components. - Customized software. One licensed product per unit. -Dell Dimension XP, or equal, w/ AISI POS2200 15 touch screen monitor Minimum one (1) per unit. - Receivers and antenna. Minimum six (6) per unit. Antennas shall provide long, medium, short and omni directional capabilities. -Hand held receivers shall be capable of receiving a one hertz data burst with a duration not to exceed one nanosecond up to 1200 ft. Minimum of one (1) per unit for the 428th FA and two (2) for the 434th FA. - Reference tag. Minimum one (1) per unit. - Equipment tags. Minimum 2000 per unit for the 428th FA. Minimum 8,000 for 434th FA. - CAT 5E shielded cable with conduit. As much as necessary to make the system functional. - Receiver covers. Minimum one (1) per receiver. - Laser inscription /ArmyDot tags. Minimum 2000 per unit for the 428th FA. Minimum 9,000 for 434th FA. - Fingerprint scanner. Minimum one (1) per unit. - Contractor shall instruct, approximately 20 unit personnel for the 428th FA and 10 unit personnel for the 434th FA, on all aspects of the system including, but not limited to; logging-on to the system, issuing equipment, printing issue documents, receiving equipment, printing receipt documents, adding equipment to the system, deleting equipment from the system, creating and printing reports, doing electronic inventory, affixing locater tags to equipment, and removing locator tags from equipment. C.1.3. Access shall be restricted to only those areas of the facilities where work is required of the Contractor. Completion Date: Contractors shall propose their best possible completion date, but no later than June 1, 2009. Quote should reflect FOB: Destination Descriptive Literature. The Contractor shall submit descriptive literature that clearly identifies the UWB aRFID Tracking Systems to be provided and to show compliance with the specifications specified herein. Descriptive literature means information provided by an offeror, such as cuts, illustrations, drawings, and brochures that shows a products characteristics or construction of a product or explains its operation. The term includes only that information needed to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. The descriptive literature is required to establish, for the purpose of evaluation and award, details of the products the offeror proposes to furnish as to performance characteristics and operation. All Proposals shall be clearly marked with RFQ number W9124L-08-T-01114 and emailed to the POC listed below or faxed to 580-442-8014, no later than 4:00 PM, CST, 12 September 2008. Deadline for technical questions is 4:00 PM, CST, 4 September 2008. Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will be cause for rejection of the bid/offer. Contact Kena Herring by phone/fax/email if you have any questions/concerns. Phone: 580-442-3906/fax: 580-442-8014/email: kena.herring@us.army.mil. The following provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1, Instruction to Offeror(s) -- Commercial items, and FAR 52.212-4 Contract Terms and Conditions -Commercial Items, FAR 52.247-34, F.O.B. Destination The following clauses in FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, 52.232-36, 52.222-41, 52.222-42 The following clauses are incorporated: FAR 52.252-1 Solicitation Provisions Incorporated by Reference and FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil. The following DFARS clauses apply to this acquisition: 252.204-7004 ALT A, Required Central Contractor Registration, 252.211-7003 ALT I, Item Identification and Valuation, 252.232-7010, Levies on Contract Payments, 252.232-7003, Electronic Submission of Payment Request, 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are applicable to this acquisition: 52.203-3, 252.205-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023. The following FAR Provisions are applicable to this solicitation: 52.212-3, Offeror Representations and Certifications Commercial Items (June 2008); Offers shall complete and return with quote. Offerors that fail to furnish required representations or technical information as required by this solicitation, may be excluded from consideration. Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: Apache Gate Delivery Information All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). Fair Labor Standards Act Amendment (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. Applicable Wage Determination The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement. Wage Determination No Date 05-2525 Revision 706/18/08 Statement of Equivalent Rates for Federal Hires In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: This statement is for information only. It is NOT a Wage Determination. EMPLOYEE CLASSMONETARY WAGE-FRINGE BENEFITS* Computer Systems Analyst I $26.11 36.25% Accounting for Contract Services The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: l. https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. Contractual Authority No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. Changes Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. Payments In accordance with FAR Clause 52.232-36 Payment by Third Party, incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: The Government will process payments monthly for services provided under this contract through the Government Purchase Card System. Within 3 working days after the beginning of each month, the Contractor shall submit, simultaneously to the Contracting Officer and to the address in block 15 of the SF 1449, an invoice (one paper copy or an electronic invoice) for the services performed during the preceding month in the format described below. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of services by the Government. Payment may be suspended due to non-conforming supplies/services. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) Submission Format for Invoices Vendors/Contractors must submit their invoices in the following format. 1. Name & Address. 2. Contract/Purchase Order Number. 3. Description, price, and quantity of property or services actually provided. 4. Shipping & Payment Terms. 5. Complete Mailing Address. 6. Telephone Number & Address for Notification in Case of Defective Invoice. NOTE: Invoices must match purchase order/contract in description and unit of issue. Defective invoices will be returned. The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is payment will be made by Government wide commercial purchase card. Evaluation & Award The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). Identification of Contractor Employees and Vehicles Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. Vehicle Registration and Identification The Contractor shall register Contractor-owned vehicles and shall require his employees to register privately-owned vehicles at Bldg 4700 Moway Road, Vehicle Registration Section, Room 231 in compliance with AR 190-5 and USAFACFS Supplement 1 to AR 190-5. Vehicle Registration Section requires each employee provide a letter of employment on Company letterhead at time of registration. Vehicles shall be registered within five working days after contract start date and within five working days when a new employee is hired after contract start date. Contractor-owned vehicles shall be identified with the firms name on both sides of the vehicle with lettering or identifying signs as outlined in AR 58-1. The Contractor shall remove employee vehicle-registration decal and contact the Vehicle Registration Section to cancel registration the same day an employee is no longer in the employ of the contractor and two working days prior to completion or termination of the Contract. The Contractor shall instruct his employees that they shall cancel registration of their POV within one working day following the sale or trade of a previously-registered vehicle. Conduct of Employees The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. Clarification of this Solicitation Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Kena Herring at email kena.herring@us.army.mil and Laura Arvey at email laura.arvey@us.army.mil. Clarifications and/or questions are due by 12:00 p.m. (CST), September 26, 2008. No phone calls, email only. Oral explanations will not be binding. Commercial Item Acquisition Procedures This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. Interruption of Government Processes If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. Notice of Award A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Work Force The successful bidder shall not hire persons not legally residing in the United States of America.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f7580a855cc6e7105cdf17246dac6fc0&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK<br />
Zip Code: 73503-0501<br />
 
Record
SN01680638-W 20080926/080924223040-68f9875fca80ea4519b79fa0626c4268 (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.