Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

D -- Bartag Tracking Studio Tools Version 5.312.170, Build 1 SW 5271-0545

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-10-T-0067
 
Response Due
9/20/2010
 
Archive Date
11/19/2010
 
Point of Contact
Sarah R Wiley, 703-428-7407
 
E-Mail Address
USACE HEC, Ft. Belvoir
(sarah.r.wiley@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 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. Reference number is W912HQ-10-T-0067 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The closing date of this synopsis/solicitation is 20 Sept 2010 at 10:00 A.M. EDST. The requirement is set aside for small business and the associated NAICS code is 541511. Line item 0001 - Quantity of 40 - Bartag Tracking Studio Tools Version 5.312.170, Build 1 SW 5271-50545 STATEMENT OF WORK For BarTag Tracking Studio Tools Version 5.312.170 1. Summary: The U.S. Army Corps of Engineers (USACE) Logistics Directorate has a requirement to procure a software program to operate with the current USACE PSION and Motorola MC5590 model barcode scanners. The software must have the capability to interface with the Automated Personal Property Management System (APPMS) to support scanners throughout USACE for routine property accountability. BarTag Tracking Studio Tools Version 5.312.170, Build 1 SW 5271-0545, is the only existing software that has the capability of operating with the USACE barcode scanners. 2. Specifications: The BarTag Solutions Software must be compatible with the PSION and Motorola MC5590 barcode scanners and configured to operate with APPMS to collect and edit barcode text files for uploading into the APPMS application to facilitate the property auditing process. The barcode scanner supplier will be required to supply and configure the OEM software to allow the collection of barcode data in the necessary format to accomplish this process. Vendor will supply, maintain, adjust, test and configure both the scanners and the scanner software and provide training to key personnel in the USACE organization to enable them to provide training and support to the USACE and end-users who will be using the product. The software must be configured to the MC5590 barcode scanner to operate with Automated Personal Property Management System (APPMS) to allow the inventory list from the barcode scanner must be transferred to a computer (desktop or laptop) in an ASCII II file format specified below. Specification for the ASCI II inventory file: A barcode scanner record is 78 characters in length and consists of a header record and a barcode record. The header record is as follows: Positions 1-3: Hand Receipt Account number (Scanner Prompt). Three numeric digits Position 4: H for hand receipt (Constant for header record) alphabetic Positions 5-6: 2 digit Calendar Year (YY) number Positions 7-8: 2 digit Month (MM) number Positions 9-10: 2 digit Day of Month (DD) number Positions 11-14: 4 digit Location Code (Scanner Prompt) alphanumeric. Positions 15-18: 4 digit Room Number (Scanner Prompt) alphanumeric. End of record marker: * Example header record: 004H910501PULA2127* The Barcode Record is as follows: The record will be no more than 78 characters in length. Positions 1-3: Hand Receipt Account number (from Header Record) Position 4: T Indicator for sequential barcode records Positions 5-9: First barcode number. Five alphanumeric characters Position 10: W indicates read by wand, H indicates entered by hand. Positions 11-76: Repeat format for positions 5-10 for subsequent scanned barcodes. Position 77(maximum): * end of record marker. Example Record: 004T00019W00020W00025W00024W00112H00113W00114W00115H00117200118200118W* 004T00120W00121W* Note 1: The Hand Receipt number must be placed in positions 1-3 of each new record. Note 2: The program must be able to check for and eliminate duplicate records. Note 3: The program must check for an asterisk * as the end of record marker. Note 4: The program must prompt the user to start a new inventory or continue with the current inventory. 3. General Information: This RFQ is for a Commercial Off-the-Shelf (COTS) solution. A custom application would be considered providing that it meets all of the requirements of the RFQ. The software must be able to create the file in the format specified in the RFQ. Microsoft ActiveSync is an acceptable tool for use with this application. The Psion or MC55 scanner/application captures the barcode from property items and generates an inventory file that includes other information such as Hand Receipt Account ID and date. An inventory file consists of a header record and one or many barcode records. The installation is for multiple locations throughout CONUS. The USACE Enterprise Information Technology Activity will assist with the installation at the local level. For this procurement, there are approximately 40 end users. Vendor may be required to provide on-site support at not more than one location. There is no requirement for the Vendor to travel to multiple locations The Automated Personal Property Management System (APPMS) database information is proprietary until Contract is awarded. A general description of the database is: The US Army Corps of Engineers (USACE) Automated Personal Property Management System (APPMS) provides enterprise life cycle asset management for the USACE Personal Property and interfaces with the Corps of Engineers Finance Management System (CEFMS) for the management of all Personal Property capital assets owned or leased by USACE, with the exception of real estate assets. The primary purpose of APPMS is to provide personal property accountability to its customers/partners. APPMS provides automated support for the authorization, acquisition, inventory, and disposal processes associated with personal property management. APPMS is a web-enabled application that interfaces with other U.S. Army Corps of Engineer (USACE) systems of Facilities and Equipment Maintenance System (FEMS), the Vehicle Information Management System (VIMS) and the Corps of Engineers Financial Management System (CEFMS). The APPMS physical plant (servers, hardware, O/S level software) is operated, maintained, physical access restricted and exclusively controlled by Army Corps of Engineers Enterprise Information Technology. 4. Delivery location: Humphreys Engineer Center Support Activity 7701 Telegraph Road ATTN: USACE Logistics Activity (Mr. Eugene Lawler) Alexandria, VA 22315 BarTag Solutions will provide the web link to download the software. Once the software is downloaded BarTag Solutions will assist the USACE Property Book Officer in installing, scanning, and uploading the scanned inventory into APPMS. The Vendor is required to accomplish configuration of BarTag Tracking Studio Tools to interface with the Automated Personal Property Management System (APPMS) to support scanners throughout USACE for routine property accountability. 5. Schedule: Delivery shall be 60 days after date of contract (ADC). 6. Installation and support: Vendor will provide 24x7 technical support calls, web-based troubleshooting, training, any or all periodic maintenance releases or updates, and all major feature software upgrade releases. ACE-IT will be required to provide technical support for installation, configuration, and licensing, 7. Ownership: BarTag Solutions software will become the owned property of USACE upon delivery and acceptance. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The following provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: FAR 52.219-6 Notice of Small Business Set-Aside; FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.252-1 The following DFARS clause is applicable: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with following clauses that apply: 52.203-3, Gratuities; and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The date, time and request for quote offers are due: 10:00 A.M. EDST, 20 September 2010 to sarah.r.wiley@usace.army.mil or fax to Attn: Sarah Wiley @ 703-428-8181 or mail to U.S. Army Corps of Engineers - HECSA, Attn: Sarah Wiley; 7701 Telegraph Rd., Kingman Building; Alexandria VA. 22315. Point of Contact: Sarah Wiley, Phone: 703-428-7407, Email: sarah.r.wiley@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-10-T-0067/listing.html)
 
Place of Performance
Address: USACE HEC, Ft. Belvoir ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
 
Record
SN02274564-W 20100911/100909235555-a57c18bc79b4352ced9850e0239c0d72 (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.