Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

D -- Radio Frequency Identification (RFID) Based Inventory Management Solution with PBUSE Integration

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wisconsin, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-09-T-0004
 
Response Due
8/14/2009
 
Archive Date
10/13/2009
 
Point of Contact
Zachary R. Tevis, 608-427-7277<br />
 
E-Mail Address
USPFO for Wisconsin
(zachary.tevis@us.army.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, 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 is issued as a request for proposal (RFP). The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-34. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation has no set-aside. The North American Industrial Classification System (NAICS) code for this procurement is 541614. This solicitation will end on 14 August 2009, at 4:00 p.m. Central Standard Time. Quotes shall reference solicitation # W9112J2-09-T-0004 and shall include pricing as follows: Period of Performance (POP): Will commence upon date of award and continue for 6-8 months. The Wisconsin Army National Guard would like to increase accuracy and reduce labor costs related to their property book management process. Although the initial focus is on IM Assets, the vendor solution will provide the infrastructure to support the entire property book. This is the first phase and baseline for inventory automation. NGWI currently uses a manual process to reconcile assets using the PBUSE system. PBUSE is the Army's web-based, state-of-the-art, Combat Service Support property accountability system. PBUSE stands for Property Book Unit Supply Enhanced. PBUSE tracks an assets location and serial number and keeps track of all the current assets owned by NGWI. The current process involves reconciling using a hard copy spreadsheet of all assets and their location. The hardcopy list is taken to each location and each asset is verified for that location. The process is extremely time consuming and completed once per quarter. The selected vendor will propose a solution to automate our inventory management. The solution must receive inventory data from PBUSE, report actual found inventory based on Radio Frequency Identification (RFID) technology and reconciles the data to provide a report of missing assets, assets in incorrect locations, or assets not listed in the PBUSE data base. CLIN 0001 RFID software and hardware including handheld readers, fixed readers and RFID inventory and location tags CLIN 0002 Program product that provides base software that provides a process and workflow backbone and is scalable to accommodate future expansion. This software will provide the foundation for the RFID Solution and provide the integration platform for all major components of the solution. This software will be procured under a license agreement with the vendor. The base software must be able to receive a feed from the PBUSE property book software, populate a database instance automatically from this data, and reconcile this data including location of all assets to actual inventory results. The base software must provide a browser-based GUI interface, which supports both Internet Explorer and Mozilla-based browsers running under Windows and linux workstation environments. CLIN 0003 The program extensions to the base software to be included in this SOW are: 1.Entry-level Reconciliation: This Extension is used to facilitate the reconciliation processing to provide the information necessary to quickly and efficiently update PBUSE. Every single individual PBUSE record must be accounted for. Reports must be provided showing all NGWI assets, and where they are in the reconciliation process. 2.RFID Inventory Reconciliation This Extension will reconcile inputs from two sources: PBUSE, and RFID-based inventory. It will compare the 2 inputs and generate output which containing the full list of compared inventory items with their status and any resultant exception information. The exceptions status details will be provided, identifying every asset in PBUSE as belonging to one of three categories: "In PBUSE but not in RFID database (not located during inventory) "In RFID database but not in PBUSE (a new asset; PBUSE updates are lagging), and "Location Different (the asset was located, but not where it was expected, and PBUSE needs to be updated accordingly). A WIARNG operator will be able to export reconciliation results in a.csv file for use in a spreadsheet or report. The inputs will be file-based output of PBUSE and the RFID inventory, and the outputs will be similarly file-based (.csv files). However, the comparison operations should be handled accurately and quickly using a database comparison engine. CLIN 0004 The labor required to install, implement, and integrate the Solution, including the RFID hardware and software, base workflow software, automated reconciliation and reporting extensions. The labor must be cleared to at least TS/SCI level for on-site PBUSE design, integration, and testing. This includes the assigned IT architect, integration and coding skills, and follow-on support personnel on-site, and working with sensitive PBUSE records. CLIN 0005 RFID Tags. The following quantities will be provided as an estimate based on current information. Additional quantities may be ordered or adjusted as needed. Tag TypeTag Quantity Phase 1Phase 2 ABS Encased Asset Tags for laptops, TV's Monitors (.75 in. x 3.0 in.)7502500 ABS Small Asset Tags for blade servers, small laptops, telephones, etc7502500 Rubber Stick Tag with adhesives for desktops, servers, and larger metal assets5001000 Poly Label with foam backer adhesive for non-metal large assets 150700 Location Tags for Metal jam, cinder block, wood or drywall doorways. These tags are scanned for the location information of scanned inventory assets. 100500 CLIN 0006 RFID Readers Handheld = 21 Total to be distributed 1 per Bn, 1 per Bde HQ and as noted. Range will be 4 feet or less. JFHQ2 DOM1 MATES1 USPFO1 4261 32d IBCT7 157 MEB4 64 TC4 Fixed Readers: 4 each. The fixed-read zones will not require any motion or optical sensors, nor will they have any light stack, read out, or display triggered by the reader. Range will be less than 8 feet. The fixed readers must be integrated into the operation, so that if an item is moved past the fixed readers (such as when deploying a new PC from storage), the RFID-based inventory records for that piece are updated automatically, for later reconciliation with PBUSE. A report of Fixed-Reader changes must be made available, as a.csv file, highlighting all of the fixed-reader inventory changes since the last reconciliation, so that a designated NGWI operator can assess PBUSE implications at anytime prior to the quarterly reconciliation efforts, and updated PBUSE in advance of the inventory based on the fixed-reader changes. CLIN 0007 Verification, configuration and installation. We will select 20 items for testing. 10 critical and 10 secondary items to be tagged and tested to verify the system works as designed prior to installation. RFID and supporting software will be configured to work with PBUSE, and on the WIARNG network prior to installation. Installation will be a 3 phase operation with initial phase being at the JFHQ, Madison, WI to tag and identify all IT equipment within that HQ. Phase II will encompass the DOM (including MATES and CSMS), the USPFO, 32d IBCT HQ at Camp Douglas and Fort McCoy. Phase 3 will include all armories, AASFs, and FMS Shops in the WIARNG. Cleared individuals of at least TS/SCI clearance will be available to assist with each phase of the deployment and testing. CLIN 0008 During Solution Verification, vendor will train WIARNG on the operation and administration of the installed Solution. This will be hands-on train the trainer training completed for each Phase for up to 3 management and 3 staff users, allowing WIARNG personnel to train others. Training will include complete documentation and development of a Standing Operating Procedure that may be modified at the will of the WIARNG. CLIN 0009 Vendor will provide on-site technical support during the first inventory, with TS/SCI cleared individuals. Vendor will review training with staff and management as needed, review the completed process, and document any issues or process changes that may be required. This support will be provided at the end of each Phase of this Solution, and at the end of the installation. Documentation of issues or process changes or of no issues or requirements for process changes will be provided. TS/SCI cleared vendor individuals will review.csv file reports with WIARNG Property Book personnel to confirm applicability to PBUSE updates. CLIN 0010 Maintenance provides support for the following components of this Solution. 1.RFID Software for 1 year included in preliminary purchase price 2.Other Extension Software for 1 year also included in preliminary purchase price Beyond the first year, submitting pricing must include 3-years Service on the RFID Hand-Held Readers, provided by vendor or manufacturer. This service includes normal wear and tear, as well as coverage for internal and external components damaged through accidental breakage. The terms of this Service and incremental year-2/year-3 will be described in detail by the vendor. This maintenance plan may be amended by mutual agreement between NGWI and vendor to cover additional WIARNG locations or functions that may be added to the Solution software by vendor and WIARNG agreement. The software support covered under this maintenance includes problem identification and resolution, responses to customer questions, and correction of code defects. CLIN 0011 Additional Training. Vendor will provide a price for additional 2-day education sessions for WIARNG personnel. Training will include all hardcopy delivered materials, and hands-on training with the system, to bridge from manual-inventory Property Book methods, to the new RFID-based Property Book system. Training must be available on-site at WIARNG facilities, or provided at a vendor facility if the needs of WIARNG require it. Training must be available from instructors cleared to at least TS/SCI level. Training should facilitate correct use of the system, for improved ease-of-use in maintaining the accuracy of the PBUSE Property Book system. CLIN 0012 Contractor Manpower Reporting Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, CLIN price, an overall total price. The offeror shall include, any discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation Amendments (if any), and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx The provisions at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price. The following FAR clauses are applicable to this acquisition: 52.203-3 Gratuities 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION) (FULL TEXT) 52.219-8 Utilization of Small Business Concerns 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-50 Combating Trafficking in Persons 52.222-51 Exemption from Application of the Service Contract act to Contracts for Maintenance, Calibration, or Repair of Certain EquipmentRequirements 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements 52.223-16 Alt I IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 200&0 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.227-1 Authorization and Consent 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3 Protest After Award 52.242-13 Bankruptcy 52.247-29 F.O.B. Origin 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FULL TEXT) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (FULL TEXT) 52.253-1 Computer Generated Forms 252.204-7003 Control Of Governmen Personnel Work Product 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATION) (FULL TEXT) 252.225-7012 Preference For Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.239-7001 Information Assurance Contractor Training and Certification 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification Of Transportation Of Supplies By Sea To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Proposals are due no later than 4:00 pm CST, 14 August 2009 at the USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618. Faxed or emailed quotes are acceptable. Contracting Officer is Zach Tevis, email zachary.tevis@us.army.mil, or fax (608)427-7277.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-09-T-0004/listing.html)
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI<br />
Zip Code: 54618-5002<br />
 
Record
SN01897586-W 20090805/090804000305-b2e65664f058b6e660999c1abb63fa19 (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.