Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
MODIFICATION

51 -- RFID Toolboxes

Notice Date
9/8/2009
 
Notice Type
Modification/Amendment
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F1RT2C9198A001
 
Archive Date
9/29/2009
 
Point of Contact
Damon P. Chrismer, Phone: 3256966043, Sonya E Foster, Phone: 3256962679
 
E-Mail Address
damon.chrismer@dyess.af.mil, sonya.foster@dyess.af.mil
(damon.chrismer@dyess.af.mil, sonya.foster@dyess.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and solicitation. This synopsis and solicitation is prepared in accordance with the format in FAR Sub-part 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). Only written offers will be accepted (no oral proposals will be considered). Reference number for this RFP is F1RT2C9198A001. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) IAW FAR 52.204-7. This procurement is being issued as UNRESTRICTED FULL AND OPEN. North American Industrial Classification Standard 332439, Size Standard, 500 employees, applies to this procurement. The following are the line items in this RFP: 0001 - RFID Toolbox with 150 tool capacity. 36" W - 24" D - 38" H (45 1/2 " H with wheels). 6 drawers: 1 ea. of 4" H. 2 ea. of 5" H. 2 ea. of 6" 1ea. of 8" H. QTY - 10 EACH. 0002 - RFID Toolbox with 102 tool capacity. 36" W - 24" D - 38" H (45 1/2 " H with wheels). 6 drawers: 1 ea. of 4" H. 2 ea. of 5" H. 2 ea. of 6" 1ea. of 8" H. QTY - 4 EACH. 0003 - Software license per server. QTY - 3 EACH. 0004 - Software license per user. ALL line items MUST be compatible with existing Itelmatic software and equipment. RFID and all related items must be in accordance with the following Performance Work Statement. QTY - 3 EACH. 0005 - Installation expenses. QTY 10 - EACH. 0006 - Portable RFID Toolbox with 64 tool capacity made of 1610 Pelican cases with fold down handles. Must be compatible with existing Itelmatic software and equipment. RFID and all related items must be in accordance with attached Performance Work Statement. QTY - 7 EACH. PERFORMANCE WORK STATEMENT - CTK/Roaming Aircraft Maintenance - RFID Automated Tool Vending - Dyess AFB TX/3 Sept 09 SECTION 1. DESCRIPTION OF SERVICES 1.1. Description of Services. The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to automate the tool control process with RFID technology for the 317th Aircraft Maintenance Squadron at Dyess Air Force Base, Abilene, Texas in accordance with this PWS. All work performed by the contractor shall be performed in accordance with all applicable laws, regulations, standards, instructions and commercial practices. 1.1.1. System Usage. The maintenance units will use the RFID vending systems in a hangar for isochronal inspections, inside a tool room, inside a mobile trailer and on the flight line. The RFID technology will also be used in job specific portable toolboxes. 1.2. PERFORMANCE REQUIREMENTS: 1.2. The following performance requirements apply: 1.2.1. Provide 100% tool accountability at all times for 24/7, 365-day flightline and backshop operations. 1.2.2. Incorporate visual and audio indicators for the user/technician during check-out/check-in of tools 1.2.3. Facilitate self check out/check in of individual tools, individual tool kits, test equipment and consumables. 1.2.4. Use Radio Frequency (RF) tags or other tagging methods capable of being attached to aircraft maintenance tools ranging from flashlights, to screwdrivers, to wrenches. Automated system use shall not be hindered by hazardous materials or flightline mechanic use. Tags must be able to remain operational under all weather and all-use conditions. 1.2.5. Connect wirelessly to a scalable secure network for asset management. 1.2.6. Additional specific requirements for both in-shop and flightline tool storage units 1.2.6.1. Allow for self-service check-out of many tools with many users. 1.2.6.2. Allow for control of non taggable tools. 1.2.6.3. Usable world-wide without licensing requirements (frequency management) 1.2.6.4. Independent power source and battery back-up capability providing greater than 14 hr power back-up capability. 1.2.6.5. Self -recharging battery back-up, capable of operating on 110/220 volts, 50/60 cycles power source. 1.2.6.6. Capably of air transport on C-5, C-17, C-130 and KC-135. The tool kit must be able to fit on a standard cargo pallet (88 L x 108 W x 90 H). 1.2.6.7. Utilize Government furnished tools and test equipment to the greatest extent possible. Modification of government owned equipment is authorized provided that safety and function of the item is not compromised. The CTK section is the approval authority for modifying government tools and equipment in order to install RFID technology. 1.2.6.8. Adaptable to existing tool and test equipment storage units/space allocation/configurations. Be able to incorporate solution into existing controlled tool rooms. 1.2.6.9. Has user level maintainability. 1.2.6.9.1. Minor components such as sensors and switches or any higher failure item must be able to be replaced by the user at the field level. 1.2.6.9.2. Automated vending system shall come with a basic troubleshooting/maintenance guide. It shall also come with an initial set of high fail rate spare parts that could be replaced by the user using the maintenance guide. 1.2.6.10. Has a visual back-up such as contrasting color cut outs to control inventory 1.2.6.11. Maintains the ability to incorporate other existing or future technologies into its hardware, operating system and or software (i.e. GPS Global Positioning Satellite) 1.2.6.12. Ability to incorporate future tool additions into same operating system and/or software 1.2.6.13. Web-based and intranet access for tracking tools and equipment 1.2.6.14. Customizable reports exportable to Microsoft products (i.e., Excel, Word, or Access). The reports must be transferable to an external storage device. 1.2.6.15. Ability to print Master Inventory Listing for all tool kits. 1.2.6.16. Automated self service interface Standard user access through Common Access Card. The system needs to be able to interface with the Common Access Card by using the bar code on the rear of the access card. 1.2.6.17. Allow for multiple levels of user access (the ability to restrict tool access based on grade/skill level or AFSC) 1.2.6.18. Auto-back-up/ability to store check-out/in info in case the system crashes (customizable interval) 1.2.6.19. Have individual asset identifiers - Ability to associate unique worldwide item identification number to a locator chip 1.2.6.20. The system must identify tools and equipment that are overdue inspection, calibration, or warranty. The system must also have stock level tracking incorporated.(i.e. spare tools) 1.2.6.21. Short/medium/extended check-out capability (shift/days/months) 1.2.6.22. Able to link individuals to signed out items. 1.2.6.23. Track item utilization/customer interface transactions 1.2.6.24. Capable of batching items by job or shop 1.2.6.25. Real-time self inventory capable. System must be equipped with visual indication to show user Group clear for shift/day. 1.2.6.26. Capability to identify missing/broken tool and prevent broken tools from being issue to customers. 1.2.6.27. Capability to manually access and issue tools and test equipment under power out conditions. 1.2.6.28. Ability to easily and rapidly reboot/refresh in the event of a power loss once the power (back-up or line) has been restored. 1.2.6.29. Ability to identify between like items (i.e. Employee A cannot turn in a flashlight for Employee B) 1.2.7. Additional specific requirements for the flight line tool vending units and portable job specific toolboxes 1.2.7.1. Option for all-weather capability for direct flightline use 1.2.7.2. Capable to operate in austere conditions and/or while personnel are wearing chemical protective ensemble. 1.2.7.3. Filtering capability on external screens due to Night Vision Goggle use. 1.2.7.4. Option to have ruggedized version for use inside a mobile trailer. 1.2.7.5. Ability to withstand trailer storage to include exposure to heat, cold, and high use. SECTION 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES 2.1. Tools will be supplied by the units and are not a part of this requirement. 2.2. Contractor must be able to travel to/gain access to Dyess AFB, TX to help with the design process of the tool/equipment kits. Some tools and equipment with not be able to leave the unit due to mission requirements. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and Defense Acquisition Circular 20050901. FOB: Destination for delivery to 317 AMXS, 1000 Herk Dr., DYESS AFB, TX 79607. The provisions that apply to this solicitation are as follows: FAR 52.211-6 Brand Name or Equal, FAR 52.212-1, Instructions to Offerors--Commercial Items. The clause at FAR 52.212-3, Offeror Representations and Certifications-Comercial Items. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electrnic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7012, Preference for Certain Domestic Commodities: DFARS 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools; DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; DFARS 252.232-7003, Electronic Submisssion of Payment Reuqests and Receiving Reports; DFARS 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer: DFARS 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.242-9000, Contractor Access to Air Force Installations. The WAWF Addendum to DFARS 252.232-7003. The Ombudsman clause. FAR 52.212-2, Evaluations-Commercial Items- Evaluation factors are as follows: Technically acceptable and Price. Technically acceptable weighs more than price. All proposals that include ‘or equal' items MUST be demonstrated at the cost of the contractor via a demonstration of the product (equal item) at Dyess AFB no later than 7 days upon notification by the 7th Contracting Office. All proposals MUST include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commerical Items. All proposals must be emailed to damon.chrismer@dyess.af.mil. or faxed to 325-696-4078. Proposals are due no later than 02:00 PM CST, Monday, September 14, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/F1RT2C9198A001/listing.html)
 
Place of Performance
Address: Dyess AFB, Abilene, Texas, 79607, United States
Zip Code: 79607
 
Record
SN01945468-W 20090910/090909084711-5b28b3a2fb41ac4d3f6ae640f90c7629 (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.