SOURCES SOUGHT
70 -- Actibve RFID - Package #1
- Notice Date
- 10/9/2018
- 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
- W52P1J19ARFID
- Archive Date
- 11/24/2018
- 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
- Active Fixed Spec Sheet The U.S. Army Contracting Command - Rock Island is seeking potential sources and information related to a possible follow-on acquisition to the Radio Frequency Identification contract managed by the US Army's Product Lead for Automated Movement and Identification Solutions (PL AMIS). This Request for Information (RFI) is for planning purposes only and shall not be construed as an obligation on the part of the Government. This is NOT a request for quotations or proposals. No solicitation document exists, and a formal competitive solicitation may or may not be issued by the Government as a result of the responses received to this RFI. PL AMIS seeks information on new technologies that can substitute or augment existing active tags and Tag Interrogator (Pod or Tablet). Tags must be able to support the ISO 18000-7 standard and operate in the 433 MHz band and the Interrogator shall be compatible with the Tag architecture. Specification sheets have been provided (Attachment Hardware_Spec_Sheet_transponder.pdf and Active Fixed - Pod - Tablet RFID Interrogator Spec Sheet.docx ) as an example of the tags and Interrogator currently used with the RFID contract, and information about the AMIS aRFID contract can be found at http://usarmyamis.army.mil/Contracts_RFIDIV.html. Please provide a short paragraph as to whether products meet the following (see items a through e below) and a copy of your published product specification sheet. a. Are tags compliant with the ISO/IEC 18000-7:2008 Standard and DoD Interoperability Guidelines? b. Do tags provide capability to program data onto the tag's internal memory through a USB Series "Mini-B" receptacle as specified in the DoD Transponder Hardwire Electrical Interface and Data Protocol? c. Are tags compliant with the DoD Transponder Battery Guidelines for replaceable primary batteries? d. What are the applicable Environmental Protection Agency requirements your products meet? e. Is your firm familiar with nonincendive standards for devices which prevent any arc or thermal effect from igniting flammable gas-air, vapor-air, or dust-air mixture? What is the lead time for testing and providing such devices after a Notice to Proceed? f. Are your products certified by an authorized Nationally Recognized Testing Laboratory as meeting product safety requirements set forth in ANSI/UL1950-1997? g. For all Products what is the place of manufacture, or final assembly - and can you certify to compliance with the US Trade Agreements Act? RESPONSE TO THIS REQUEST FOR INFORMATION: Please submit responses to this RFI by close of business, 4:00PM (CST) on November 9, 2018 by e-mail to Luke Welling, Contract Specialist, at luke.m.welling.civ@mail.mil. Responses should include the following information: a) Name and address of the company/organization responding to the RFI b) Name, phone number, and e-mail address of the company/organization point of contact c) If the responder is a potential source for the required products and/or services, provide the following: 1) CAGE Code 2) Business size and socioeconomic status: 8(a), Small Business, SDVOSB, VOSB, etc. (Applicable NAICS is 334111.) 3) Primary line of business (e.g., integrator, manufacturer, distributor, dealer, etc.) 4) Potential role in a follow-on acquisition (i.e., prime contractor or subcontractor/supplier). (Note: It is anticipated that the follow-on acquisition will be an all-or-none solicitation, therefore, the prime contractor(s) would be required to provide all required products and services.) d) If the responder is a potential subcontractor/supplier, indicate those products and services which the responder could provide. As applicable, provide information (e.g., make and model, spec sheets, etc.) for the products the responder feels would meet the Government's requirements. l) Other information (e.g., new technology that is anticipated to be released in the next three years) of which the Government should be aware. Any information received as a result of this RFI will become the property of the Government and will not be returned to the responder. Responders are responsible for properly marking proprietary or sensitive information contained in their response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/22b56b7629c7e75b11b89938058f338a)
- Record
- SN05118350-W 20181011/181009230557-22b56b7629c7e75b11b89938058f338a (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 |