Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
SOURCES SOUGHT

70 -- Sources Sought for Commercial Item Availability of Active Radio Frequency Identification (RFID) Products for Department of Defense (DoD) Supply Chain Visibility

Notice Date
11/16/2006
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-07-R-0006
 
Response Due
12/15/2006
 
Archive Date
2/13/2007
 
Small Business Set-Aside
N/A
 
Description
Sources are being sought for the commercial item availability of Active Radio Frequency Identification (RFID) equipment. The Government has developed a Technical Specification Package to support the procurement of Commercial Off-the-Shelf ISO 18000. 7 standard compliant Active RFID tags and readers. Detailed specifications of the major high-volume equipment components (transponders and fixed / hand-held interrogators) are intended to provide competition in the DoD Supply Chain In-Transit Visibility m arket by allowing commercial manufacturers access to open electrical and mechanical reference documents that have been produced to assist industry in their commercial item efforts. This approach will enable the Government to competitively procure the spec ified active RFID products and associated services to foster competition for this technology. A Technical Specification Package is available as a guide to vendors upon request from the PM J-AIT POC, Mr. Jay Gulati, (703) 339-400, ext 109, email jagjit.gul ati@us.army.mil by providing company name, point of contact (POC), mailing address, telephone number, and email address. Specifically, the Government is considering a follow-on competitive contract to RFID-II Contract DABL01-03-D-1002 (contract and specification information available on ITEC4 web site http://www.cecomacw.army.mil under awarded contracts) to include alternate sources of supply for the specified Active RFID equipment. The current requirement for the active RFID data rich transponders, at a minimum, shall include but are not limited to a memory size of 128 Kbytes, unobstructed read distance of at least 300 feet , battery life of four years, and operate at an FCC approved 433.92 Mhz frequency. In addition, transponders with sensor (humidity, temperature, shock, light) data capture and reporting out-of-tolerance incidence are also required. The requirement includ es the availability of handheld and fixed interrogators (readers) also. The products must be sufficiently mature (minimally a prototype) to verify full functionality and be fully compliant with the ISO 18000.7 standard. The contractors shall address the Intellectual Property (IP) rights, on a reasonable and non-discriminatory basis, specified in the standard with the appropriate IP license holder. Government does not have the IP rights and shall not provide any IP to the contractors. The products shall not be considered compliant with ISO 18000.7 standard without the use of IP specified in the standard. The commercial item products shall include firmware and physical form that can pass hazards of electromagnetic radiation to ordnance (HERO) testing by Navy lab at Dahlgren. All items shall be capable to operate in the worldw ide physically harsh environment inherent in current and future DoD deployments. At this time, the Government is requesting information related to the above requirement; this is NOT a Request for Proposals (RFP). Information is sought regarding contractor capabilities to demonstrate the availability of products meeting the technical s pecifications no later than 31 March 2007. The demonstration to ensure ISO 18000.7 compliance and interoperability with standard based transponder and interrogator shall take place at AIT Laboratory located at Tobyhanna, PA. Potential sources for this r equirement are requested to provide the following information: 1) A description of their capability for providing the required Active RFID transponder and interrogator; 2) a summary of prior experience in providing active RFID products; 3) a commitment to participate in a product demonstration to Government timeline; 4) a description of current active RFID offerings; 5) certification that the products demonstrated are fully compliant with ISO 18000.7 standard; 6) a description of any specification and air protocol issues; 7) product information and relevant GSA Schedule information, if available; 8) addresses of Internet Web sites containing relevant information; 9) pricing information for all products; 10) CAGE Code; 11) type of business, e.g., small business, small disadvantaged business or a woman owned small business, veteran owned business, manufacturer, etc., and 12) whe ther their firm is registered in the Central Contractor Registration (CCR) database (http://www.ccr.gov/). Potential sources are further requested to limit their response to 20 pages, excluding any attachments and pricing information. Potential sources are requested to electronically deliver the above information to the following addressees no later than 15 December 06: Anthony.jackson21@us.army.mil, joseph.zagursky@us.army.mil, jagjit.gulati@us.army.mil, and pamela.locke@us.army.mil. Electronic submissions shall include the phrase Reply to RFI W91QUZ-07-R-0006 in the subject line. As convenient, potential sources may separately mail the required copies of product information and relevant GSA Schedule information to ITEC4, Washingto n, ATTN: SFCA-IT-A, Mr. Anthony Jackson, 2461 Eisenhower Avenue, Alexandria, VA 22331 with courtesy copies to AMC LOGSA P SCC, ATTN: AMXLS-AT (Mr. Zagursky), 11 Hap Arnold Blvd, Tobyhanna, PA 18466-5097 and PM J-AIT, 8580 Cinder Bed Road, Suite 1400 (Mr. G ulati), Newington, VA 22122. The POCs for contracting matters are Ms. Pamela Locke, (703) 325-5779, e-mail pamela.locke@us.army.mil (primary POC); Mr. Jefferey Ball, (703) 325-4733, e-mail jefferey.a.ball@itec4.army.mil; and Ms. Gloria McGee, (703) 325-29 27, email gloria.mcgee@itec4.army.mil. The POC for questions related to the Technical Specification Package and other technical matters is Mr. Joseph Zagursky, (570) 895-7951, email joseph.zagursky@us.army.mil.
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01182345-W 20061118/061116220739 (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.