Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2017 FBO #5621
SOURCES SOUGHT

70 -- RFID Tracking System for Help Desk

Notice Date
4/12/2017
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-17-Q-0099
 
Archive Date
6/2/2017
 
Point of Contact
Paul E. Frailey, Phone: 4358312587, Eric Bennett, Phone: (435) 831-5602
 
E-Mail Address
paul.e.frailey.civ@mail.mil, eric.d.bennett24.civ@mail..mil
(paul.e.frailey.civ@mail.mil, eric.d.bennett24.civ@mail..mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) Installation Contracting Office (ICO) is seeking sources that can provide a Radio Frequency Identification Device (RFID) System for DPG. DPG is the nation's Major Range and Test Facility Base (MRTFB) for Chemical, Biological, Radiological, Nuclear and Explosives (CBRNE) defense programs. Any interested party would be required to provide all personnel, equipment, supplies, facilities, transportation, tools, materials and supervision required to provide this system. The following are the objectives for this requirement: The DPG West Desert Test Center (WDTC) Data Management Division (DMD) requires that all computer assets that pass through the Help Desk for routine maintenance, repair, imaging for Windows 10, etc. be tracked and accounted for in an RFID system. Computer assets are defined as all computer systems and peripherals assigned to a Hand Receipt Holder in the DPG Property system. RFID Hardware solution requirements: 1. Passive RFID tags will be human-readable (barcoded) and uniquely identified within the RFID software. 2. Passive RFID tags will be of a size and type appropriate for each computer asset. Consideration for the materiel makeup of the asset must be taken into account (metal, composite, plastic, magnetic, etc.). 3. Passive RFID tags must be readable by a hand-held scanner and a fixed/mounted reader. 4. Hand-held scanner must be able to read both Passive RFID and Barcodes. 5. Three mounted Passive RFID readers will show direction of movement of assets. 6. Two hand-held scanners for manual inventory purposes. 7. One printer capable of printing custom barcoded information on Passive RFID tags. 8. Approximately 1000 Passive RFID tags for initial phase. RFID Software solution requirements: 1. Server software must operate in a Microsoft Windows Server 2012 environment and according to DoD and Army regulations. 2. Client software must operate in a Windows 10 environment. 3. Server software must have a web interface. 4. Server and client software must authenticate users via Active Directory. Estimated expenses for RFID hardware, software, programming and installation as described above: 1. 3 each mounted Passive RFID readers 2. 2 each hand-held scanners 3. 1 each RFID barcode printer 4. 1,000 each passive RFID labels 5. 1 each software solution This solution will be used as proof-of-concept to be expanded to the entire WDTC, encompassing an area of approximately 1,250 square miles. Approximately 100,000 trackable assets of varying size, materiel composition, durability and location (inside building / outside on range) will need to be tagged using the appropriate technology (passive, active, GPS, etc.). Period of Performance: Funding for this requirement is not available. Therefore, any request for Proposal would be SAF - Subject to the Availability of Funds PER FAR 52.232-18. Note 1 - Interested offerors must be capable and demonstrate a capacity to complete a phase in process beginning 1 Dec, 2017 and be at full contract performance 120 days from time of award. These dates are subject to change and SAF. Note 2 - Any performance resulting from a potential solicitation/award RE this announcement shall not result in any follow on contract. Any follow on or future contract shall be considered a separate requirement. A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. Interested parties are responsible for monitoring the FBO site to ensure they have the most up-to-date information about this potential requirement. The North American Classification System Code is 334419 - Other Electronic Component Manufacturing Facilities Support Services; the size standard is 500 Employees. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: 1. Business name and address; 2. Name of company representative and their business title; 3. Pertinent details and experience of doing this type of service. 4. Business size as it relates to the NAICS code and size standard stated in this announcement. 5. Contract types typically used for these types of services (e.g. firm-fixed price, cost reimbursable, indefinite- delivery indefinite-quantity, etc.); and 6. Other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts. All potential offerors must be registered in the System for Award Management (SAM), effective July 1, 2017 to receive government contracts. MICC-Dugway's financial system has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM is utilized by MICC-DPG to process payment to any organization. PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army Contracting Agency/Dugway, CCMI-CHD-DP, Attn: Paul E. Frailey, Contract Specialist, 5330 Valdez Circle, MS #1, Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 5:00 PM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), May 18, 2017 via email (paul.e.frailey.civ@mail.mil). Interested parties shall enter "Base Operations Support Services" in subject line of email. The point of contact concerning this sources sought action is Mr. Paul E. Frailey, Contract Specialist at (435) 831-2876, or email paul.e.frailey.civ@mail.mil. Contracting Office Address: MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000 Place of Performance: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT 84022-5000 US Point of Contact(s): Paul E. Frailey 435-831-2587
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/24782f3e56cb3c1e09e610377ae8f3ee)
 
Place of Performance
Address: Dugway Proving Ground, Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN04469494-W 20170414/170412234338-24782f3e56cb3c1e09e610377ae8f3ee (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.