Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2008 FBO #2516
SOURCES SOUGHT

D -- Automated Arms Room System

Notice Date
10/14/2008
 
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-09-R-0002
 
Response Due
10/28/2008
 
Archive Date
12/27/2008
 
Point of Contact
Nonya J. Nichols, 703-325-8727<br />
 
Small Business Set-Aside
N/A
 
Description
The Product Manager, Joint-Automatic Identification Technology (PM J-AIT) is requesting information on the availability of a Commercial-Off-The-Shelf automated arms room system. A system must be capable of using both bar code and data matrix-based automatic identification technology (AIT), including data matrix encoded unique item identifiers compliant with MIL-STD-130N, to automate processes related to all small arms and other serially managed items found in Army arms rooms. Processes automated must include (but are not limited to) issue, receipt, inventory, maintenance management and ammunition management. It must allow the assignment of specific serialized arms and accessories to specific soldiers and control issues based on those assignments. The system must have a robust capability of producing standard and ad-hoc management reports, an automatic data backup capability and the ability to alternatively document transactions on appropriate standard Army printed forms. Access to the system must be Common Access Card (CAC) enabled. It must be deployable, enabling use of its full suite of capabilities in both garrison and in field environments such as the Army's National Training Center. All interested, capable, and responsible sources that wish to respond to this Request for Information (RFI) are encouraged to submit technical documentation and prices in response to the RFI questions regarding their specific capabilities. In addition to relevant and relative capability statements, and other information, the Government requests that responders provide, as a minimum, the following: 1)Title Page: Capability and expressions of interest must be assembled with a title page containing the following information: Company name, address, point of contact, phone number, DUNS number, CAGE Code, business size (e.g., small business, small disadvantaged business. women-owned small business, veteran-owned small business, etc.), business type (e.g., manufacturer, reseller), and whether the firm is registered in the Central Contractor Registration (CCR) (http://www.ccr.gov/ ). 2)Experience: provide prior and current experience of similar size and scope, including contract number, organization supported, indicate whether a prime or subcontractor, and total contract value. 3)Firms are requested to not include marketing informational material that does not relate to the products and services described in this RFI as it will be discarded by the reviewers. This RFI is in accordance with the following Federal Acquisition Regulation (FAR) clause: FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (OCT 1997) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of soliciting information from interested Commercial Business parties, capable of providing the products and services described herein. The information will be used for market research and acquisition planning purposes. The Government does not intend to award a contract as a result of this RFI. Potential sources are requested to respond to this RFI electronically to Nonya.j.nichols@us.army.mil, with cc to sally.j.ewing@us.army.mil or mail information to: ITEC4, ATTN: SFCA-IT-A, Nonya J. Nichols, 2461 Eisenhower Avenue, Room 284, Alexandria, VA 22331 with a courtesy copy to PM J-AIT, ATTN: SFAE-PS-AIT (Ms. Ewing), 8580 Cinder Bed Road, Suite 1400, VA 22122. Responses are due by 28 October 2008. Responses to this RFI will not be returned.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4f6693416360899b660d38a5e73049eb&tab=core&_cview=1)
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA<br />
Zip Code: 22331-0700<br />
 
Record
SN01691531-W 20081016/081014220205-4f6693416360899b660d38a5e73049eb (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.