Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
SOURCES SOUGHT

B -- inventory control

Notice Date
7/13/2010
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
InventoryControl
 
Point of Contact
Mary LouWalther, Phone: (210)671-1776, Anastacio D.Ramos, Phone: 210-671-1752
 
E-Mail Address
marylou.walther@us.af.mil, anastacio.ramos@us.af.mil
(marylou.walther@us.af.mil, anastacio.ramos@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only. This is not a request for proposal. The 802d Contracting Squadron (802 CONS), Lackland Air Force Base (AFB), TX, is seeking to locate companies capable of and interested in evaluating a proof of concept to implement using Low Frequency (LF) AND High Frequency (HF) Radio-Frequency Identification (RFID) in our Individual Protective Equipment (IPE) Element. The anticipated contract type will be a firm fixed-price, contract. 1. SCOPE OF WORK. The contractor will be responsible for providing all personnel, supervision, equipment, and any items and services necessary to conduct a series of tests (LF and HF interrogators, transponders, power supply, tagging equipment/material, etc.). The government shall provide the material to be tested and the containers, the contractor shall provide everything else. Any material and/or equipment provided by the contractor for the evaluation are the property of the contractor and will be returned following the evaluation. -Tag approximately 200 items of varying shapes, sizes, and materials. Some of the different types of materials include: cloth, metal, plastic, and paper (with tin foil backing). -Place those items in three different types of containers (cardboard triwall, plastic triwall, and metal cage) -Read/process/scan these containers from distances of 5', 15' 25' and 30'. -Contractor to provide a list of equipment, materials, and supplies needed to implement using RFID within the IPE Element. -Provide a report to include: results of tests; list of equipment, material and supplies needed; and recommendation as to what material, system, and/or technology are best for the government. 2. EVALUATION OF DATA: - Contractor should analyze data from tests listed above to see if all material is detected and if not, why not, and identify what materials were not detected. - determine reasons why errors may have occurred, i.e. environmental, material of item, interfering frequencies in the area, etc. -Provide recommendations as to what material, system, and/or technology would be best for our particular situation 4. HOURS OF OPERATION: Test/Evaluation should be scheduled between the hours of 8:00 am-3:00 pm, Monday thru Friday. The applicable NAICS code is 561614, Process, Physical Distribution and Logistics Consulting Services. The Small Business Size Standard is $7.0 million. Requested Information. The information which must be contained in your response to this source sought is as follows: 1) Name and address of company 2) Point of contact with phone number and email address 3) Business size and socio-economic program (HUBZone, 8(a), SDVOSB, etc) 4) Evidence of registration in CCR and provide CAGE Code or DUNs Number (www.ccr.gov) 5) Evidence of representations and certifications on record through ORCA at www.orca.bpn.gov 6) List no more than three contracts awarded to your company that were completed in the last five years similar in size, scope and complexity and provide a brief description of each contract (no more than one paragraph) to include contract value. If you do not have such experience, list experience which you feel is directly relevant and explain in no more than one paragraph per contract why it should be considered relevant Respondents will not be notified of the results of the information; however, the contracting officer will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine the applicable set-aside strategy based on responses from small business indicating an interest in proposing on this work if it is set-aside. Your response to this sources sought announcement must be received by 5:00 pm Central Time on 16 Jul 2010 and must be received via e-mail. Please ensure all attachments are limited to less than 5 MB and email your response to marylou.walther@us.af.mil. Primary Point of Contact. Mary Lou Walther Contracting Office Address: 1655 Selfridge Avenue Lackland AFB, Texas 78236-5253 United States Place of Contract Performance: Lackland Air Force Base San Antonio, Texas 78236 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/InventoryControl/listing.html)
 
Place of Performance
Address: Lackland AFB, TX, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02203927-W 20100715/100713234943-07d2b28ade1c492dde988f586e8260bc (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.