Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2015 FBO #4865
SOURCES SOUGHT

59 -- Tracking Systems

Notice Date
3/19/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
DJD-15-N-0016
 
Archive Date
5/2/2015
 
Point of Contact
John Girard, Phone: 2023077259
 
E-Mail Address
John.C.Girard@usdoj.gov
(John.C.Girard@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
This RFI is issued solely for information, planning purposes, and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. This RFI does not commit the Government to contract for any supply or service. The DEA is not at this time seeking proposals. The purpose of this RFI is to seek industry information about existing commercially available real-time and non- real-time tracking systems. This RFI is not seeking information about commercially available real-time and non- real-time tracking systems which are in the developmental phase. DEA consistently seeks to obtain information and comments from industry that will provide the agency with insight into market conditions and/or scientific advances that will aid in the refinements of requirements and the formation of an acquisition strategy for tracking technology systems. This RFI is designed to conduct market research to determine the current level of technology and availability of such technology in the current market. DEA is interested in obtaining information related to existing, fully developed, and integrated commercially available tracking technology that effectively integrates Global Positioning System (GPS), wireless communication systems, and customized mapping and data distribution software. Small businesses are encouraged to respond to this RFI in order to assist DEA in determining the potential level of interest, adequate competition, and technical capability of the Small Business community to fulfill this requirement. However, responses to this RFI are solicited from all interested parties. The Drug Enforcement Administration (DEA) has a requirement for a family of real-time and non-real-time tracking equipment to meet the operational requirements o f the tracking program currently in operation throughout DEA. The equipment shall be compatible with the current tracking system used to monitor and track all DEA assets and investigative targets. This system is COTS software modified for DEA use. The tracker shall be self-contained and include all necessary components to install, collect and transmit, via wireless technology, satellite technology, or both to a remote tracking terminal or monitor. What shall be transmitted are the components of GPS data (latitude, longitude, time, date, and velocity/speed). The ability to remotely command and monitor tracker status shall exist. The tracker shall have as a minimum the following user programmable features: GPS report rate ( minimum 10 seconds), motion detection, scheduled and unscheduled notifications (phone, e-mail), Geo-fence (entrance, and exit alarms) and power management (Sleep, Wake on motion, Full on). The actual tracking device power specifications shall be DC operated with the following power requirements: power inputs shall be protected against polarity reversal, internal power regulation shall allow operation from a power source rated between 3.5 VDC and 30 VDC and the device should allow for connection to an external power source within that same power range. Maximum total device current during operation shall not exceed 1OOma. During sleep mode the maximum current shall not exceed 1Oma. The maximum physical size shall not exceed 4.75" x 2.8" x 1.75" to include connectors, magnets, mounts, and tie wrap loops and the maximum weight shall not exceed ten (10) ounces (excluding batteries, and cables to antennae if needed). The tracking devices shall have a built-in capacity to store at least 1 00,000 GPS records. Non-volatile memory shall be used to prevent data lost during power outages or operating in non coverage areas. While operating in non coverage areas, GPS records shall be stored in onboard memory and automatically downloaded, or reported once the tracking device is within coverage. Devices that are designed as data loggers shall retain all GPS data records in memory until downloaded. I f GPS tracking records are stored in a format other than industry standard NEMA, the contractor shall provide the necessary software conversion tools to allow the data to be exported to data analysis programs such as Microsoft Access and/or Excel. As a minimum, tracking records shall include GPS data fields that record the target's latitude, longitude, date, time, and velocity/ speed. The mapping software as a minimum shall have the capability to perform data search and sorts on these fields and convert latitude and longitude data to actual block or street addresses. All tracking devices shall have as a minimum, one (1) input control line that can read the status of a switch (open or closed), and one ( 1) output line that can be remotely commanded to switch a one ( 1) amp load. Switching inputs/outputs are not required on devices that are designed to be used as data loggers only. All tracking devices shall operate in the following environment with no degradation in operational performance: operating temperature range of -20F to 140F, relative humidity of 5% to 95%, water resistance equivalent to that as sprayed from a garden hose for three (3) minutes, survive a one ( 1 ) meter drop onto a concrete surface as well as vibrational forces that are associated with the exterior surfaces of a moving vehicle. Compliance with MIL-STD 810G is recommended. All power cables, input/output cables, programming cables, antennas (GPS, Cellular, and Satellite), and documentation necessary to install the tracking device using either an internal battery source or an external power source should be provided with each tracking device. Tracking devices shall operate using commercially available communication protocols and standards. Acceptable wireless communications protocols and standards include : Code Division Multiple Access (CDMA) and Global System for Mobile Communication (GSM). In addition to conducting real-time tracking in the US, the DEA is seeking solutions that will support its global tracking requirements. Solutions that employ satellite based communication technologies are also acceptable. All cellular based tracking devices shall have an Internet Protocol (IP) capability in addition to a cellular or radio link point to point capability. The IP capability is required to ensure that tracking devices procured are capable of operating with the tracking system in use by the DEA. A Microsoft Windows compatible mapping software package that allows the tracking device( s) to transfer GPS tracking data and device status to a remote base control tracking monitor shall be prided. RESPONSES This is a Request for Information (RFI). This is not a solicitation, award or request for proposals and does not obligate the government to award a contract. The DEA will not be responsible for any cost incurred by interested parties in responding to this RFI. Any and all associated costs shall be expended solely at the expense of the responder. Unsolicited proposals or offers of any kind will not be considered in response to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFP, as well as those regarding the nature of the services to be performed under any future initiative will not be accepted. Responses must include the following information: Company name; mailing address; physical address; point of contact(s); telephone number; fax number; email address; Federal Tax Identification Number, DUNS number; NAICS code; company business size (if small indicate type); and GSA schedule number (if applicable), and must be registered in Systems for Award Management (ww.SAMS.gov) to be considered for this requirement. A corporate or company capability statement between one and 5 pages that includes relevant experience within the past three years. Relevant experience is defined as possessing the experience described in the "Requirements" section above. The capability statement should include a technical description of the hardware and maintenance and other contractor support services required for the government installation and support of all items related to the hardware. A representative sample of contracts your firm was awarded to provide the requirements as described in this notice within the past three years. For each contract listed include the type of contract; total estimated value; contract period of performance (e.g., base and number of option periods); customer (i.e. federal agency) and respective point of contact (e.g., point of contact's name, phone number, and email address). Published documentation about the system to include manuals, white papers and other technical documentation (if available). The Government encourages creativity and innovation in responses to this RFI. The North American Industry Classification System (NAICS) code applicable to this requirement is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard in number of employees of 750. Any questions about this RFI should be submitted in writing to John Girard no later than April 2, 2015 11:00a.m. local Eastern Standard Time. Answers to general questions will be provided under an amendment to the RFI and posted on FBO. Answers to vendor specific questions vendors will be provided directly to the vendors. Interested parties are requested to submit the above requested information directly via e-mail to: John.C.Girard@usdoj.gov no later than 11:00 am local Eastern Standard Time. Any responses received after the closing date will not be considered. No literature will be returned to responding sources and each source is solely responsible for all expenses associated with submitting their literature. All information will be kept confidential and will not be disseminated to the public. This sources sought synopsis neither constitutes a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Request for a solicitation will not receive a response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-15-N-0016/listing.html)
 
Record
SN03672873-W 20150321/150319234956-fcecfca1c3189db1b419ca5c90ab9372 (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.