Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2009 FBO #2937
SOLICITATION NOTICE

99 -- Chip Timing System

Notice Date
12/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-10-T-0070
 
Point of Contact
Gina L Gipson, Phone: 210-671-1770, Mary LouWalther, Phone: (210)671-1776
 
E-Mail Address
gina.gipson@lackland.af.mil, marylou.walther@lackland.af.mil
(gina.gipson@lackland.af.mil, marylou.walther@lackland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This synopsis solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-37 dated 14 October 2009, DFARS change notice 20091123, and Air Force Acquisition Circular 2009-1030. This solicitation is a Request for Quotation (RFQ), reference number FA3047-10-T-0070. Submission of written quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. Verbal offers will not be accepted. The Government will award a best value contract resulting from this solicitation to the lowest evaluated priced, responsible offeror. The quote requires delivery to 37 FSS/FSVS Bldg. 2418, Lackland AFB, TX 78236 and the quote must be valid for 60 days. This is a 100% small business set aside. The NAICS code is 334519 with a size standard of 500 employees. The description for this requirement is as follows: The Government's requirement is for a portable turn key timing and tracking system that instantly captures, manages, and communicates sporting performance data at events, such as, cross-country, marathons and other running events. The system is required to include the latest technology in timing and tracking solution, be easy to transport, use and set up; it must have all necessary hardware and software. Note: The component parts of the system are required to be listed in detail within the submitted quote. Additionally, the chip should be disposable, and be of an appropriate size to accommodate a logo application at a time to be determined after award and delivery of this requirement, have a high pickup/read success rate, portable, and The timing and tracking system should include, but is not limited to the following components: a. 4 each Data Readers - Readers must be able to store data on an internal flash drive, they must be able to read up to 120 tags simultaneously and have a storage capacity of greater than 400,000 tag reads, must offer a real time clock and an ethernet port for computer connection; WiFi or RS485 are optional. Must operate for almost 5 hours or more with the internal rechargeable battery fully charge and is simple to use, using only one ON/OFF switch for all systems. Must be capable of split timing location, track workouts, or club runs, have a carrying case, the external USB drive must have easy storage of data, and they must also read up to 120 tags simultaneously. b. 4 each Mat Antennas - 5m (Antennae 1.2m x 4.5m) and 2.4m (Antennae 1.2m x 2m) Antennas should be robust, waterproof, and suitable for use with shoe tags. Should be able to withstand being driven over by motor vehicles. Must be portable, lightweight, and come complete with a carry bag. Mats must be easy to set up and cannot be incorrectly connected. c. 1 each Power Supply - Must power the data readers while in operation. d. 1 each External Buzzer e. 2 each Power Supply 12V Cable f. 1 each Ethernet Crossover Cable g. 1 each USB Flash Memory h. 4 each USB Proximity Readers - (scan chips) To be used to assemble tag files for timing and scoring. Must also be used for participant's tag number and personal data verification. i. 2 each Chargers - Used to recharge internal battery of readers. Should be reserved for offline charging of the internal battery in 3.5 hrs. j. 5,000 each Shoe Tags - Must be passive; no battery required. Must deliver robust anti-collision protocol with high transmission rate and read rate (up to 120 tags read simultaneously). Must be soft, flexible, waterproof and also customizable. Must be able to perform in a temperature range from -40 to +85 degrees C and contain a factory programmed 64 bit ID number. k. 3 each Lap Top Computers - Used to capture participants data. Must be able to operate the scoring program to import times and tag information generated by the reader to process participant's time and elaborate result reports. l. 1 each Timing Software - The timing or scoring program should allow the user to enter the information of every participant in the program to create the data file of participants as well as the ID of every tag (chip), each participant will use an assigned race number, each participant will be identified by and times will be managed, it must also manage the times of each tag generated by the readers to create race results reports. To be eligible to receive an award resulting from this RFQ, the apparent successful offeror must be registered in the DoD Central Contractor Registration (CCR) database prior to award, no exceptions. To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3 Offeror http://www.bpn.gov/orca Representations and Certifications Commercial Items at website. The following clauses and provisions are applicable to this solicitation. FAR 2.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.219-6, Notice of total Small Business Set-Aside; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 2542.232-7003, Electronic Submission Requests. Clauses incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). All clauses and provisions may be accessed electronically at http: //farsite.hill.af.mil or www.arnet.gov. Offers may be faxed to 210-671-1433, attention: Gina Gipson or emailed to gina.gipson@lackland.af.mil or mailed to 37th Contracting Squadron/LGCBB, 1655 Selfridge Avenue, Lackland AFB, TX 78236, must be received not later than Wednesday 9 December 2009, 4:00 PM Central Time. Questions may be emailed to Gina Gipson at gina.gipson@lackland.af.mil. Carmen R. Stewart is the contracting officer for this procurement and may be reached at 210-671-1762.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-10-T-0070/listing.html)
 
Place of Performance
Address: 37 FSS/FSVS, Bldg. 2418, Lackland AFB, Texas, 78109, United States
Zip Code: 78109
 
Record
SN02018471-W 20091209/091207235104-9093a1d5f3ba987a6ff02b1003ec1d3e (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.