Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOLICITATION NOTICE

63 -- Satellite Enabled Tracking and Intrusion Detection (SETID) Generation II Services - DRAFT Statement of Objectives

Notice Date
3/1/2012
 
Notice Type
Cancellation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-12-ZW03
 
Point of Contact
Tiffany L. Rogers, Phone: 6182206720, Shanda L. Lyman, Phone: 6182207140
 
E-Mail Address
tiffany.rogers@ustranscom.mil, shanda.lyman@ustranscom.mil
(tiffany.rogers@ustranscom.mil, shanda.lyman@ustranscom.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Statement of Objectives v01 REQUEST FOR INFORMATION SATELLITE ENABLED TRACKING AND INTRUSION DETECTION (SETID) 1. Introduction The United States Transportation Command (USTRANSCOM) is conducting market research to determine qualified, experienced, and interested potential sources. Part of the market research is to publish a Request for Information (RFI) seeking market information on businesses capable of providing the services/products requested. Contractors choosing to respond to this RFI are cautioned that THIS RFI IS NOT A REQUEST FOR PROPOSAL. This RFI is a market research tool used to determine the adequacy of eligible business sources prior to determining the acquisition strategy and issuance of a request for proposal. The Government is not obligated to and shall not pay for any information received from any sources responding to this notice and will not provide any feedback or carry on discussions with non-federal government activities regarding the information provided in response to this RFI. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. 2. Background The USTRANSCOM and its subordinate command the SURFACE DEPLOYMENT AND DISTRIBUTION COMMAND (SDDC) is establishing logistical support contract to meet increased demand for installation, removal, operation, advice/assistance, and communication for any Department of Defense (DoD) Defense Transportation System (DTS) movement requiring these devices. While the DoD will not purchase the SETID devices, the service provider will acquire, inventory, package and ship for distribution these devices as directed by the Contracting Officer's Representative (COR). These actions are necessary to provide the data which DoD desires for Enhanced In-transit Visibility (E-ITV). It is the intent of this contract to have the tags placed on containers for DTS movements, have the tags report its location (sometimes referred to as ‘pings') and sensor alerts (sometimes referred to as ‘alarms') all in the DoD eXtensible Markup Language (XML) format to the Global Exchange (GEX) server in secure file transfer protocol, and have the tag respond to over-the-air command and control instructions as directed by the COR. The service provider must be able to locate tags and replace the tag or batteries when necessary while in use for a DTS shipment, keep in constant contact with the DTS commercial transportation service providers for response to tag alarms, and provide installation and de-installation of tags in locations directed by the COR. The SETID Service is a 24-hour- seven days a week operation while these tags are in use on DTS shipments. Additionally, the service provider will perform program assistance on a fee for service basis for programmatic requests such as testing and evaluation of tags, user support, attending sponsors and stakeholders meetings, data quality research, and more. For each programmatic request, the contractor will provide an estimate of costs, period of performance, and proposed outcome/deliverable to close the request. 3. Requested Information Information requested: 1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact 2. Company information (include CAGE Code and DUNS) 3. Anticipated teaming arrangements (if applicable) 4. Typical contract terms and conditions for this type of work 5. Identify any major risks associated with the SETID requirement 6. Capability and performance information in terms of contract references (similar to this requirement) to include the following: a. Contract number b. Contract type c. Total contract value d. Performance as a prime or subcontractor e. Brief description of the effort f. Period of performance g. North American Industry Classification System (NAICS) code h. Small Business Size Standard (if applicable) 7. Describe company's solution for satisfying the requirement 8. Non-binding Rough Order of Magnitude (ROM) 9. Optional - provide recommendation for alternate NAICS code, if the one provided is too restrictive or not restrictive enough as to business size and industry category. 4. Responses All responses shall be sent via email (not later than the time and date indicated) to the following individuals: Tiffany Rogers tiffany.rogers@ustranscom.mil 618-220-6720 Shanda Lyman shanda.lyman@ustranscom.mil 618-220-7140 Suzanne Mudd-Yarber suzanne.mudd-yarber@ustranscom.mil 618-220-7929 5. Questions Questions regarding this notice shall be submitted in writing by e-mail to the individuals listed in section 4 above. Questions will be answered by posting answers as an attachment entitled Questions and Answers to this notice; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after March 13, 2012 12:00 PM CST will be answered. 6. Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide SATELLITE ENABLED TRACKING AND INTRUSION DETECTION. The information provided in the RFI is subject to change and is not binding on the Government. USTRANSCOM has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-12-ZW03/listing.html)
 
Record
SN02687243-W 20120303/120301235519-37b4887e5527838ef36fd48c09ce3690 (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.