Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOURCES SOUGHT

70 -- Real Time Location System

Notice Date
7/29/2010
 
Notice Type
Sources Sought
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-SS-5101
 
Point of Contact
Karen D Ghani, Phone: 717-770-5951
 
E-Mail Address
karen.ghani@dla.mil
(karen.ghani@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction: This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise, that DLA Distribution will take procurement action in this matter. Further, neither DLA Distribution nor the Government will be responsible for any cost incurred in furnishing the information requested. This announcement is for market research only and should not be considered a research and development request. Any follow on procurement strategy will be based on the results of the information provided from offerors and available funding. In accordance with FAR 15.209(c), the following provision is inserted. FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This request for information is issued for the purpose of soliciting industry’s best ideas for a Real Time Location System (RTLS) for asset management. As a result of this RFI, DLA Distribution is requesting a technical capabilities statement that will address the items outlined in the RFI from potential offerors. If a potential offeror is unable to provide a total solution, the offeror is encouraged to submit information in the role of prime contractor and propose the use of any 3rd party products as needed to develop or compliment their proposed solution. Additionally, potential offerors may provide promotional literature and/or product samples on which the government may or may not choose to conduct some limited testing. These samples would be returned after the completion of the testing. There is no commitment by the government to test any furnished samples offered by respondents. Samples will be returned to offerors prior to the issuance of a request for proposals (RFP), or if in the event no RFP is issued, within 6 months of receipt. The offeror will have no rights to any test data or reports generated by the government on their product line. Technical Capabilities Statement Response Format: The offeror shall provide the following information in their technical capabilities statement: •Company Information to include the company size, the CAGE code, the socioeconomic status, and POC information (name, email address, telephone, and fax numbers) •Background/Corporate Experience •Overview of Proposed Solutions •Technical Specifications and Capabilities of the Proposed Solutions •References to include commercial references •Pricing Information to include a rough order of magnitude for the following: oProposed Solution/Applications modules oTraining and Documentation oUser/Developer Technical Support oWarranty oPerceived Total Cost of Ownership Response Submission Information: Questions regarding this request for information should be emailed to Karen Ghani at karen.ghani@dla.mil by August 11, 2010. Questions not received via electronic mail may not be answered. Responses should be sent to: DLA Distribution Acquisitions Operations Karen Ghani J Avenue, Bldg 404 DDC-AB New Cumberland, PA 17070-5000 Responses should be received by August 27, 2010 at 11:00 am EST. Statement of Requirements DLA Distribution has a requirement for Commercial Off the Shelf (COTS) or near COTS asset management and inventory system for office to track and instantly locate IT assets. The purpose of the system is to allow the tracking of high value IT assets. DLA needs to implement an asset management/inventory system which incorporates a daily inventory tally of high-value IT assets and their locations within a 6’-10’ radius. Such an asset management solution, when properly applied, will reduce losses by theft and unnecessary spending. Traditional methods of asset tagging and management often require hand counting serial numbered items, pRFID tagging and scanning or barcode tags which are labor intensive and require expensive and difficult to maintain hardware infrastructure, has a long lead time to get an accurate count of assets and is human error prone. A Real Time Location System (RTLS) solution will enable DLA to get a true count of assets several times a day without having to physically touch the assets. Using two-way communication (bi-directional) live tags on a secure Wi-Fi WPA2 802.11 network would enable DLA to manage and transmit asset movement, locations, and inventories without human interaction. In order to operate in the current DLA environment, the system must have the following salient characteristics: 1.The solution should consist of bi-directional tags and the software which allows for configuration of the tags and porting data to the Remedy module. No hardware other than tags should be required. 2.The system must be able to operate over any standard 802.11 a/b/g/n network, fat and thin APs, and mixed Wi-Fi vendor networks. 3.System must be IPV6 and WPA 2 compliant. 4.System must be capable of delivering 6-10 foot average accuracy indoors without the need for additional signal boosting hardware infrastructure besides the tags, Wi-Fi network and software. 5.System tags must leverage the two-way communications capability of Wi-Fi with the server, which will enable Remedy to send data and receive messages to the tags allowing for the full manageability of all tags across the DLA Network without the need to install any additional hardware. 6.To maximize the Wi-Fi Network security, tags must be able to operate over the Virtual LAN (VLAN) with WEP 128 encryption and/or be configured for WPA2-PSK authentication. Tags must also comply with the DLA security systems to incorporate MAC address authentication, firewall controls and port management enabling seamless interoperation with IDS systems. 7.System must provide an open, flexible, software API to enhance the ease and speed of software integration with third party applications. Specifically, the vendor software and tags must be able to interact with any compliant Wi-Fi enabled bi-directional tag and not be proprietary. 8.Tags should be small enough as to not interfere with the operation of IT equipment. Tag size must be small enough to fit on the back of a Laptop computer screen without it catching and causing difficulty with the computer travel case. 9.Tags should be affixed securely to assets so as to not be easy to remove or knock loose and still be removable for reuse.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-SS-5101/listing.html)
 
Record
SN02222428-W 20100731/100729235630-db0999b8c43c9559c41f3366bb8de9e6 (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.