SOURCES SOUGHT
59 -- In-Transit Visibility (ITV) as compatible with current USMC Information System architecture and shipboard systems.
- Notice Date
- 4/4/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306
- ZIP Code
- 92043-4306
- Solicitation Number
- Reference-Number-N47408-02-R-2324
- Response Due
- 5/31/2002
- Point of Contact
- Pearl Wray, Contract Specialist, Phone 805-982-1911, Fax 805-982-4540, - Soledad Credo, Contracting Officer , Phone 805-982-3947, Fax 805-982-4540,
- E-Mail Address
-
WrayP@cbchue.navfac.navy.mil, CredoSP@cbchue.navfac.navy.mil
- Description
- The Naval Facilities Engineering Service Center (NFESC) is seeking sources of COMMERCIALLY available technologies suitable for In-Transit Visibility (ITV) is defined as: The ability to track identity, status, and location of supplies and equipment cargo (excluding bulk petroleum, oils and lubricants) from origin to consignee or destination across the range of military operations. We envision Naval transportation nodes (ARG, MPF shipping) will be instrumented to allow the capture of ITV data at entry/exit points (Well Decks, Vehicle ramps, underway replenishment stations). Sustainment items (rolling stock, 20-ft shipping containers, Quadroons, palletized loads) will have RFID tags/sensors affixed. This ITV architecture should be compatible with current USMC Information System architecture and shipboard systems. The system will be designed for high portability/transport and can be rapidly employed and put into service without extensive support equipment or specialized crew. The system will need to be designed to achieve high reliability; availability and durability to ensure it will be operational under extreme conditions. Technical objectives consist of optimized design configurations based on transportability, interoperability and employment requirements; high reliability, availability, maintainability and durability; safety features, and advanced materials that either eliminate or significantly reduce life cycle costs. Key components of this system demonstration will be the sensors and the readers to be used in detecting the presence of items. The sensors will be attached to the items of interest, for example a truck or container. The readers will be used to locate the sensors (e.g. the items) and transmit the location data to a central storage device such as a computer server. The computer server would be provided with the ability to interface (seamlessly) with the shipboard IT 21 infrastructure and into the Navy-Marine Corp network. The data would then be accessible from remote locations via the Network. The project office conducted an initial assessment of the technical challenges involved in this effort. This assessment identified a number of issues or factors that potentially may influence/impact the design of this RFID system. These issues include: (1) Physical/Environmental: Exposure to moisture, weather, saltwater, wear on the equipment, etc. and the need to perform a ship alteration if the RFID system was permanently installed on-board ship; (2) Radio Frequency Issues: On-board and host nation frequency approval issues that may preclude a system from being employed; (3) Wireless Security: Encryption, Authentication etc. Need to be aware of security requirements for passing data wirelessly from Tag to Interrogator to Server. (RF Issues should include wireless security); (4) Life Cycle Support: Battery life, high reliability, availability, maintainability and durability, etc; (5) Safety: Portability vs. non-portability, tying into the ships electrical system, RF interference issues, etc. Respondents should provide the following information: Name and address of Company, Company Point-of-Contact with phone and fax number (email address if available), Brochures and/or pamphlets and technical data concerning technical challenges involved in this effort. Responses should pertain only to Equipment Product Information sought, do not include software/software development information. Deadline for receipt of response is 31 May 2002. Submit all responses to: Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4337. It is requested that all proprietary information that is not to be disseminated in government documents be clearly identified. NOTE: THIS IS NOT A REQUEST FOR SOLICIATION AND NO CONTRACT WILL BE AWARDED SOLELY ON THE BASIS OF THE RESPONSE HERETO, OR ON FOLLOW-UP INFORMATION SUBSEQUENTLY SOUGHT. NO REIMBURSEMENT FOR ANY COSTS ASSOCIATED WITH PROVIDING THIS INFORMATION WILL BE MADE. THIS NOTICE IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ULTIMATELY ISSUE AN IFB, RFP, RFQ, OR CONTRACT.
- Record
- SN00053590-W 20020406/020404213406 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |