Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
MODIFICATION

D -- The U.S. Army Contracting Command - Rock Island is seeking potential sources and information related to a possible follow-on acquisition to the Radio Frequency Identification-III (RFID-III) contracts.

Notice Date
9/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J13XRFID
 
Response Due
9/10/2012
 
Archive Date
11/9/2012
 
Point of Contact
Julie Lawrence, 309-782-4529
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(julie.l.lawrence.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is for planning purposes only and shall not be construed as an obligation on the part of the Government. This is NOT a request for quotations or proposals. No solicitation document exists, and a formal competitive solicitation may or may not be issued by the Government as a result of the responses received to this RFI. Four RFID-III contracts were competitively awarded in Dec 2008. The Government may order products under these contracts through Dec 21, 2013. These contracts are multiple award, indefinite-delivery/indefinite-quantity contracts that provide interoperable ISO/IEC 18000-7:2008 plus Over Air Interface Guidelines plus Interoperability Guidelines compliant active RFID (aRFID) hardware, software, documentation, and incidental services to authorized users worldwide. For more detailed information about current requirements and the items that are on RFID-III contracts, interested parties may view the entire contracts at http://www.ait.army.mil/Contracts/rfidiii/rfidiii.html. It is anticipated that the follow-on acquisition will be for substantially the same requirements, which will be updated to reflect any changes in the commercial market place and in the Government's requirements. As to the latter, the Government is considering adding the following new/revised requirements to the follow-on acquisition: a) Satellite transponders with Global Positioning System (GPS), "phone home" capability, and with capability to detect container intrusion and capture GPS location and time of event information of the intrusion and report event data. b) Mesh-network transponders and Gateway capable of communicating with RF-ITV Server. RFI CLARIFICATION: The Mesh technology mentioned in this RFI is in reference to the Government may be interested in an "Open Standard" based Mesh technology i.e., IEEE 802.15.4. (CLARIFICATION STATEMENT ADDED 05 SEPT 2012). c) Limited-range Active Transponder Real-time Locating System (RTLS), which utilizes a handheld reader. d) Mini-USB port for the License Plate Transponder, which would provide the ability to confirm transponder number and battery status via the USB. e) Data Rich Transponders with increased memory. (Note: The current requirement is for at least 128 Kbytes of available database table memory.) f) Small form factor, short range interrogator with USB interface capable to read up to 150 feet to communicate with a small form factor PC (also referred as a Field Data Unit) to support over-air transponder write operations (transponder commissioning). g) Addition of GPS capability to fixed interrogators and hand-held interrogators. h) Low frequency wake-up capability for active transponders, low frequency wake-up activation capability for Fixed RFID Interrogator, Small Form Factor Short Range and Hand Held interrogators. i) Active transponder on-board algorithm to prevent battery run-down due to overpolling by a single interrogator. j) Standardization of power and data cables and connectors between small form factor PC (Field Data Unit) and fixed interrogator. k) Standardization of Active Fixed RFID Interrogator mounting hardware. l) Satellite-based DoD supply chain visibility monitoring services, to include active tracking and intrusion detection, for all Combatant Commands. The monitoring services would be ordered by task order on a firm-fixed-price (FFP) basis for shipments traveling between specified CONUS/OCONUS points of origin and destination. The transportation mode of the supply chain is ground (rail and trucks) and ocean, as applicable. The Contractor would be required to provide all services and supplies (including the satellite transponders with GPS) necessary to provide end-to-end visibility monitoring and reporting of required data to the DoD RF-ITV Server located in CONUS. The Contractor's responsibilities would include: 1) Placing Contractor-provided transponders on shipments of supplies at origin; 2) Providing periodic location reports and any breach reports, including the location of breach, via satellite to DoD RF-ITV Server; 3) Removing the Contractor-provided transponders at destination; and 4) Providing a monthly report of shipments with start and end dates, Combatant Commands from and to locations, and any breaches reported with locations enroute. m) Intrusion Detection Sensor transponders with capability to detect container intrusion and capture GPS location and time of event information of the intrusion and report event data to the RF ITV system. RESPONSE TO THIS RFI: Please submit responses to this RFI by close of business, 4:00PM (CST) on September 10, 2012 by e-mail to Justin Trine, Contracting Officer, at justin.d.trine.civ@mail.mil. Responses should include the following information: a) Name and address of the company/organization responding to the RFI b) Name, phone number, and e-mail address of the company/organization point of contact c) If the responder is a potential source for the required products and/or services, provide the following: 1) CAGE Code 2) Business size and socioeconomic status: 8(a), Small Business, SDVOSB, VOSB, etc. (Applicable NAICS is 334111.) 3) Primary line of business (e.g., integrator, manufacturer, distributor, dealer, etc.) 4) Potential role in a follow-on acquisition (i.e., prime contractor or subcontractor/supplier). (Note: It is anticipated that the follow-on acquisition will be an all-or-none solicitation, therefore, the prime contractor(s) would be required to provide all required products and services.) d) If the responder is a potential subcontractor/supplier, indicate those products and services which the responder could provide. As applicable, provide information (e.g., make and model, spec sheets, etc.) for the products the responder feels would meet the Government's requirements. e) Any commercial products that are not listed in the RFID-III contracts that the Government should consider adding to a follow-on acquisition. f) Any concerns/information related to the potential changes to the follow-on requirements that are listed above, to include potential impact on competition, performance, and/or price. g) Any pertinent information related to the potential increase in the data rich transponder memory; e.g., standard amount of memory provided in the market, best way to meet some users' requirement for increased memory, etc. h) Information regarding commercially-available mesh-network transponders, including the applicable industry standard and frequency. i) Information regarding whether or not the required interrogators and other equipment would require the purchase of any intellectual property. j) Information regarding the Government's intention of adding the satellite-based DoD supply chain visibility monitoring services to the follow-on acquisition, to include suggestions for pricing the services (e.g., per transponder, per trip, per month, etc.); information that offerors would require to be able to price the services on an FFP basis; required lead time (i.e., from date of a task order to commissioning of the required transponders); etc. k) Suggestions for other changes to the Government's requirements that would improve performance and/or price of the required items. l) Other information (e.g., new technology that is anticipated to be released in the next three years) of which the Government should be aware. Any information received as a result of this RFI will become the property of the Government and will not be returned to the responder. Responders are responsible for properly marking proprietary or sensitive information contained in their response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79e8c079f505720067b49a8f56b6a80a)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02869010-W 20120907/120906001837-79e8c079f505720067b49a8f56b6a80a (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.