Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
SOURCES SOUGHT

D -- Next Generation Transponder Technology

Notice Date
8/16/2018
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J2018NGT
 
Archive Date
9/14/2018
 
Point of Contact
Luke M. Welling, Phone: 3097823121
 
E-Mail Address
luke.m.welling.civ@mail.mil
(luke.m.welling.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: August 2018 - Request for Information (RFI) on Next Generation Transponder (NGT) Technology. This request is for planning purposes only; it is not a request for proposal. No requirement exists at this time and there is no guarantee a formal solicitation will be issued by the Government as a result of responses to this RFI. The Government will not be liable for payment of any response preparation expenses. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response. SCOPE: NGT technology consists of cellular, satellite, and cellular / satellite (hybrid) transponders which will be utilized within DoD to track assets world-wide. This RFI will address the availability of Commercial-off-the-Shelf (COTS) products and technical engineering services to support this initiative. DESCRIPTION: The U.S. Army Contracting Command - Rock Island (ACC-RI) is seeking potential sources and information related to a possible acquisition for Next Generation Transponder (NGT) and Technical Engineering Services (TES) across the suite of cellular and satellite transponders with world-wide coverage that support logistics and asset In-Transit Visibility (ITV). This is a RFI pursuant to FAR Part 10 to determine if an adequate number of qualified interested contractors are capable of supplying products and related support services. This does not constitute a Request for Quote (RFQ), Request for Proposal (RFP), an Invitation for Bid (IFB) or as an obligation or commitment on the part of the Government to acquire any product or service. This notice is for market research purposes only and is not indicative of a full requirement. There is no basis for claims against the Government as a result of information submitted in response to this Sources Sought announcement. Responders are solely responsible for all expenses associated with responding to this sources sought. ACC-RI will not pay for information received in response to this sources sought. Responses to the RFI will not be returned. GOAL: This RFI is to gather Industry comments and advice on products and services to support DoD's interests in NGT for asset tracking through the use of cellular, satellite, and hybrid transponders. Industry responses will be used by the Government to refine the scope of the potential future requirements for described products and services. Companies are encouraged not to include marketing informational materials that do not relate to the products / services described in this RFI, however, responses may include URL links to technical documentation materials (i.e., technical data sheets). Following is an outline / questions regarding potential products, services, DoD's business use case, and operating characteristics which DoD has deemed as their initial intent for information. PRODUCTS: The Army seeks to acquire products under an Indefinite Delivery, Indefinite Quantity (IDIQ) arrangement, which may include, but is not limited to: 1. Battery Operated Cellular Transponder(s) 2. Battery Operated Satellite Transponder(s) 3. Battery Operated Hybrid Transponder(s) (cellular and satellite) SERVICES: The Army may include hardware delivery and installation, as well as associated training and warranty at CONUS and OCONUS Government sites. Incidental services may include: site surveys, installation, activation, commissioning, tracking, decommissioning, deactivation and training, which may fall under the auspices of TES. Performance of TES may be required within CONUS and OCONUS Government sites, or at the Contractor's facility. Companies are encouraged to provide a response to each area of interest as detailed by the DoD. POTENTIAL GOVERNMENT BUSINESS USE CASE: The Government envisions the following business use case for all transponders: procure, activate, commission, track, decommission, deactivate, reuse. Tracking assets from point A to point B in a world-wide environment will constitute the extent of this initial ITV business use case. POTENTIAL GOVERNMENT TRANSPONDER OPERATING CHARACTERISTICS: 1. All transponders will be required to operate autonomously (no user interaction) for a minimum of 120 days, utilizing at minimum one ping every two hours while in motion / one ping every four hours while at rest. 2. All transponder batteries must be replaceable or rechargeable for ease of use / reuse - no special tools should be required. No externally connected power should be required to operate for a minimum of 120 days. 3. All transponders will be required to have a 14 numeric character ID with a bar coded human readable interpretation. Numeric ID will include codes to uniquely identify manufacturer and transponder type. Format will be provided post-contract award to allow data to be integrated directly into existing DoD business systems. 4. All transponders will require Hazards of Electromagnetic Radiation to Ordnance (HERO) testing to determine appropriate stand-off distance. 5. Geo-fencing WILL NOT be considered at this time. 6. Transponder "location data" will be made available at the Government server with position information being sent directly from the transponder / constellation to the Government server or as per an Interface Control Document (ICD) agreement developed post-contract award. 7. All transponders will be required to be mounted on assets via various methods to include, but not limited to: tie wraps, magnetic mounts, or various other methods to ensure transponders remain attached to the assets - no special tools should be required. Removal and reuse of transponders will be required. 8. All transponders will have the following minimum data elements (for example): a. Globally Unique Tag Identifier: 21234567890123 (14 numeric character) b. Event Date Time: 2018-04-25T18:30:21Z c. Position Coordinates: 1. Latitude: 49.4647062 2. Longitude: 17.6998393 d. Battery Capacity Percent Remaining: 45 e. Transmission type: C (cellular) or S (satellite) QUESTIONS PERTAINING TO PRODUCTS / SERVICES: 1. The Government seeks industry insight and comment on how DoD's business use case could be met via your product(s) offering. 2. The Government seeks information on Industries' ability to provide world-wide (global) battery operated cellular transponder coverage. Minimally 4G LTE with 3G/2G fallback coverage acceptable. 3. The Government seeks information on Industries' ability to provide world-wide battery operated satellite transponder coverage. Minimally Iridium Satellite Constellation coverage acceptable. 4. The Government seeks information on Industries' ability to provide world-wide battery operated hybrid (cellular and satellite) transponder coverage. Minimally 4G LTE with 3G/2G fallback coverage acceptable / Iridium Satellite Constellation coverage acceptable. 5. The Government seeks information on Industries' battery operated cellular transponders with operating characteristics of 1 ping every two hours while in motion / 1 ping every four hours at rest for a minimal duration of 120 days. 6. The Government seeks information on Industries' battery operated satellite transponders with operating characteristics of 1 ping every two hours while in motion / 1 ping every four hours at rest for a minimum duration of 120 days. 7. The Government seeks information on Industries' battery operated hybrid transponders (cellular / satellite) with operating characteristics of 1 ping every two hours while in motion / 1 ping every four hours at rest for a minimum duration of 120 days. 8. The Government seeks information on the use of a mandated 14 numeric character transponder ID in addition to how industry currently IDs their transponders. 9. The Government seeks insight from Industry on cost drivers and how the Government and contractor may lower individual product costs. 10. The Government seeks information on the methods to mount transponders - currently, most aRFID transponders are "tie-wrapped" to the assets - DoD requires mounting holes in transponders to continue this mounting method. 11. The Government seeks information with regard to availability of satellite transponders that utilize the Iridium Satellite Constellation with the Defense Information Systems Agency (DISA) enabling Enhanced Mobile Satellite Services (EMSS) capabilities with unlimited short burst data usage for subscribers. 12. The Government seeks information regarding the ability by Industry to transfer GPS data from the transponder and satellite constellation directly to the Government server instead of from the Industry's server to the Government server. 13. The Government seeks information from Industry if they provide TES (activation, commissioning, transponder mounting, de-commissioning, deactivation, training, etc.) to satisfy a Turn-Key solution. 14. The Government seeks information regarding the price of cellular, satellite, and hybrid (cellular / satellite) transponders to satisfy all costs associated with said products, including, but not limited to: activation, network access, and a data plan (one ping every two hours while in motion / one ping every four hours while at rest for a minimum of 120 days). Companies with any of the specific capabilities and that are interested in providing these services to the DoD are invited to respond to this RFI with a Discussion Paper / Product Specs detailing their ability to provide such products and services. Emphasis should be placed on key considerations to facilitating and transacting business within the federal marketplace. That is, the Government seeks to also understand how your company's capabilities, practices, and experience in providing such products and services, both in-plant and on-site, CONUS and OCONUS, and as a direct manufacturer or reseller can be structured so as to reduce administration overhead and to transact business efficiently. Proprietary and/or competition sensitive information submitted in response to this RFI announcement shall be conspicuously marked so and will be protected as such by the Government recipient. The Government's intent is to follow up this RFI with additional questions to responders and open a dialog with interested entities to ensure DoD moves forward with NGT in the most positive position possible. All interested companies that possess the capabilities addressed herein are encouraged to respond via email to the RFI by providing the information specified within fourteen (14) days of this announcement. Respondents are requested to submit one (1) electronic copy of the response to [ACC-RI POC] and [PL AMIS POC]. Include RFI No. W52P1J2018NGT in the subject line. NOTE: The use of a RFI number is for tracking purposes only. Point of Contact(s): ACC-RI Mr. Luke Welling, Contract Specialist Luke.m.welling.civ@mail.mil 309-782-3121 Information Technology Contracting Division ATTN: CCRC-TB 3055 Rodman Avenue Rock Island, IL 61299 Point of Contact(s): PL AMIS Ms. Becky Heise, NGT COR rebecca.u.heise.civ@mail.mil 703-806-0332 ATTN: SFAE-PS-AE-AMIS 9350 Hall Road, Suite 206 Ft. Belvoir, VA 22060-5526
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6dd4806f2df5cfc5a195ef02d7862886)
 
Place of Performance
Address: U.S. Army Contracting Command - Rock Island, Rock Island, Illinois, 61299-8000, United States
Zip Code: 61299-8000
 
Record
SN05041599-W 20180818/180816231645-6dd4806f2df5cfc5a195ef02d7862886 (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.