Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2008 FBO #2529
DOCUMENT

D -- Advanced Automated IT Devices (AAD) - KPPs

Notice Date
10/27/2008
 
Notice Type
KPPs
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-09-AAD-DEVICES
 
Archive Date
11/27/2008
 
Point of Contact
William A. Schleckser,, Phone: 6182292516, Carey N Gropp,,
 
E-Mail Address
william.schleckser@ustranscom.mil, carey.gropp@ustranscom.mil
 
Small Business Set-Aside
N/A
 
Description
United States Transportation Command (USTRANSCOM) is seeking information that will help the Agency explore global positioning satellite (GPS) tracking of in-transit containers. THIS IS ONLY A REQUEST FOR INFORMATION (RFI) to identify sources and capabilities in locating and assessing eligible GPS tracking devices for installation onto Containerized Ammunition Distribution (CAD) System containers to enhance in-transit visibility in both the Continental United States (CONUS) and overseas (OCONUS). This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. The information provided in this RFI is subject to change and is not binding on the Government. A government requirement to provide these services is being developed, and a solicitation may or may not result. Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997) is included as follows: (a) 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 conducting a market survey to determine the availability and potential technical capability of business organizations interested in this requirement. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with applicable Government regulations. Please be advised that all submissions become Government property and will not be returned. BACKGROUND: USTRANSCOM, as the Distribution Process Owner (DPO), must develop and maintain the capability to insert, maintain, and sustain troops worldwide under any set of environmental conditions; provide for asset visibility in transit and in theater; and effectively manage the entire container fleet. Currently, the Department of Defense (DOD) employs a variety of Automated Information Technology (AIT) devices to provide location, movement, and status data of cargo in support of In-Transit Visibility (ITV); however, this collection of AIT is land-based, infrastructure-dependent, and is limited to nodal visibility. To achieve true end-to-end visibility of intermodal assets requires augmentation to the Radio Frequency Identification land-based status quo infrastructure. INTRODUCTION: USTRANSCOM is looking for sources to install eligible GPS tracking devices, either permanently or temporarily, on designated Containerized Ammunition Distribution (CAD) System containers for USTRANSCOM assessment of GPS tracking utility and feasibility. In addition to installation, source would also ensure all devices installed are functioning properly and are correctly configured for testing. An eligible GPS tracking device must have passed the following tests: 1. Key Performance Parameters (KPPs). Meets KPP threshold and objective values per Chairman of the Joint Chiefs of Staff Instruction (CJCSI) 3170.01E, 11 May 2005, as validated by UNICOR’s Environmental Testing Laboratory. KPPs are specified in attachment (file name - KPPs.doc). 2. Hazards of Electromagnetic Radiation to Ordnance (HERO) certified by the Navy Surface Warfare Center (NSWC) Dahlgren, VA Laboratory. 3. The device shall be small with general parameters of length, width, thickness of 8 inches x 4 inches x 1 inch, respectively. INFORMATION REQUESTED: Contractors capable of assisting USTRANSCOM with our market research activities in locating, securing, and assessing eligible GPS tracking devices for installation onto CAD System containers are requested to submit the following information: I. General Company Information: Provide general company information including at a minimum: a) Company name and address, subject matter expert(s) point of contact information including name, phone number, email address and applicable DUNS or CAGE code. b) Business type: Large business, small business, small disadvantages business, 8(a)-certified small disadvantaged business, women owned small business, service disabled veteran owned small business, and/or HUB Zone small business based on the North American Industry Classification System (NAICS) code 517410. II. General Capabilities: a) Describe specific GPS capabilities. b) Include who (transportation related) is using the product today and for what purpose. c) Provide expected battery life of unit. d) Provide size dimensions of unit (length x width x height). e) Provide weight of unit in pounds. f) Provide programmable features of unit. III. GPS Unit Information: a) Identify the GPS tracking unit by make and model. b) Give date tested and met KPP threshold and objective values per Chairman of the Joint Chiefs of Staff Instruction (CJCSI) 3170.01E, 11 May 2005, as validated by UNICOR’s Environmental Testing Laboratory. c) Give date tested and Hazards of Electromagnetic Radiation to Ordnance (HERO) certified by the Navy Surface Warfare Center (NSWC) Dahlgren, VA Laboratory. IV. Testing: Companies offering recommendations must be capable of securing up to 165 eligible GPS tracking units and installing these units to CAD containers at three CONUS/OCONUS locations. RFI FORMAT: The format for submittal of your RFI is as follows: 1) Pages shall be numbered and have the following characteristics: 8-1/2 x 11 format, single sided, double spaced, one inch margins, font size 12. 2) Title page (limited to one page only) shall be clearly labeled “RESPONSE TO REQUEST FOR INFORMATION.” It shall include the date of submission, RFI response title, respondent’s administrative and technical points of contact along with telephone and facsimile numbers, electronic mail address, and shall be signed by an authorized officer. 3) Excluding title page and bibliography/reference, the response is limited to five (5) pages maximum. Pages included over the allowable maximum will not be reviewed. RESPONSE REVIEW: Any information submitted with your response that you do not consent to limited release must be clearly marked and submitted segregated from other response material. Response to this RFI or lack thereof does not constitute any obligation on the Government to pursue a follow-on effort, in part or whole, with specific vendors or otherwise. SUBMISSION INFORMATION: Responses to this RFI should be submitted to William Schleckser via e-mail at william.schleckser@ustranscom.mil no later than 1600 hours (4:00 pm CST) 12 November 2008. Please do not cut and paste your responses into this RFI. Instead, provide your response as a separate document and include numbers referencing the RFI section you are responding to. Any questions regarding this RFI shall be directed in writing to William Schleckser via e-mail at william.schleckser@ustranscom.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c91e47600804d547d6d4e8650d8114e&tab=core&_cview=1)
 
Document(s)
KPPs
 
File Name: KPPs for AAD requirement – HTC711-09-AAD-REQUIREMENT (KPPs.doc)
Link: https://www.fbo.gov//utils/view?id=3fe073ff96706af66b8881448342869b
Bytes: 35.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01696783-W 20081029/081027214934-0c91e47600804d547d6d4e8650d8114e (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.