SOURCES SOUGHT
59 -- pRFID Equipment
- Notice Date
- 10/18/2017
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- 831710394
- Archive Date
- 11/17/2017
- Point of Contact
- Anne M. Cardenas, Phone: 6182299447, Miguel A. Colunga-Huerta, Phone: 618-229-9571
- E-Mail Address
-
anne.m.cardenas.civ@mail.mil, miguel.a.colungahuerta.civ@mail.mil
(anne.m.cardenas.civ@mail.mil, miguel.a.colungahuerta.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT #831710394 The Defense Information Systems Agency (DISA) is seeking sources for commercial off-the-shelf (COTS) Passive Radio Frequency Identification (pRFID) equipment. CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO), PL8322 2300 East Drive, Building 3600 Scott Air Force Base, Illinois 62225 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of large and small businesses, including the following subsets: Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products. DISA is seeking information from potential sources on a Department of the Navy requirement for two different pRFID kit solutions (Kit #1-Indoor solution, Kit #2-Outdoor solution), along with readers, antennas and miscellaneous accessories to aid in the overhaul and modernization of nuclear powered naval vessels in four Naval Shipyards. Specifically, DISA is looking to acquire the Impinj brand name or equal components of the pRFID kits DISA is tasked with seeking new innovations and applying process improvements in an effort to reduce the time it takes to return vessels back to service. In order to accomplish this, DISA must acquire pRFID technology which is compatible with the previously procured equipment and software. Requests for these kits, readers, antennas and accessories will be a recurring need as the required updating and modernization will be ongoing. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: N00104-10-C-QA03, Contract Type: FFP Incumbent and their size: Winware, Inc. (aka Stanley Industrial & Automotive, LLC), Large Business This procurement provided pRFID equipment in support of four naval shipyards. Period of performance: 26 March 2010 - 25 March 2011 Place of Performance - four naval shipyard locations: Portsmouth, Norfolk, Puget Sound and Pearl Harbor REQUIRED CAPABILITIES: a) Provide the pRFID solutions for Indoor and Outdoor use as follows: Standard Configuration - pRFID Kit # 1 (Indoor Solution)  1 EA (Brand Name or equal ) Impinj Speedway R420 RFID Reader w/Cribmaster LPR License; HERO Certification Required (Impinj Part No: IPJ-REV-R420-USA2M1-R420)  3 EA (Brand Name or equal) Impinj Far Field Reader Antenna; HERO Certification Required for Antenna and Reader Combo (Impinj Part No: IPJ-A1000-USA)  1 EA (No brand identified) LMR 240 LLPL Flexible Coaxial Cable; 150 ft; Plenum Rated  3 EA (Brand Name or Equal) Tessco RP TNC Male Connector Crimp/Solder Attachment, 50 OHMS; must be compatible with LMR-240 Coaxial Cable (Tessco Part No: 394461)  3 EA (Brand Name or Equal) Amphenol N-Male Right Angle Connector Crimp/Solder (Amphenol Part No; 172219) Standard Configuration - pRFID Kit # 2 (Outdoor Solution)  1 EA (Brand Name or equal) Impinj Speedway R420 RFID Reader w/Cribmaster License; HERO Certification Required (Impinj Part No: IPJ-REV-R420-USA2M1)  2 EA (Brand Name or equal) Impinj Far Field Reader Antenna; HERO Certification Required for Antenna and Reader Combo (Impinj Part No: IPJ-A1000-USA)  1 EA (Brand Name or Equal) RFMax Watertight Reader Enclosure; Weatherproof IP-66 rated or better (RFMax Part No: PCE12106-R420-002)  1 EA (No brand identified) LMR 240 Low Loss Flexible Coaxial Cable; 100 ft; UV resistant for outdoor use b) The pRFID technology must be compatible with the Cribmaster equipment and Cribmaster software. SPECIAL REQUIREMENTS a) The readers and antennas included in these kits must be compatible with current software and must meet the required Hazards of Electromagnetic Radiation Ordnance (HERO) standards, required by NAVFACINST 11010.45, Regional Planning Instruction Site Approval Process. b) Any radio and radar transmitting equipment that produces high intensity electromagnetic fields must receive approvals from Naval Ordnance Safety and Security Activity (NOSSA) in order to operate. The required brand name readers and antenna technology meets all of these standards. The Impinj reader/antenna coupling is the only pRFID equipment that has this certification and meets all of our needs (HERO Cert # 8020 Ser Q52/2818). All other equipment will be procured as "brand name or equal". SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334290, with the corresponding size standard of 750 Employees. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required manufactured products under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business 4) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 5:00 PM Eastern Daylight Time (EDT) November 2, 2017 to anne.m.cardenas.civ@mail.mil and miguel.a.colungahuerta.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/831710394/listing.html)
- Place of Performance
- Address: four naval shipyard locations: Portsmouth, Norfolk, Puget Sound and Pearl Harbor, Portsmouth, New Hampshire, 03801, United States
- Zip Code: 03801
- Zip Code: 03801
- Record
- SN04716331-W 20171020/171018230846-8bcea26bbb591114c5f7a1ec5dd0e4c5 (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 |