Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

99 -- RFID INVENTORY CALIBRATION TRACKING SYSTEM - QUESTIONS AND ANSWERS - DRAWING OF LAB LAYOUT

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-12-T-0309
 
Archive Date
9/25/2012
 
Point of Contact
Danyiele F. Peterson, Phone: 7578932713
 
E-Mail Address
danyiele.peterson@vb.socom.mil
(danyiele.peterson@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAWING OF LAB/FACILITY LAYOUT QUESTIONS AND ANSWERS THIS COMBINED SYNOPSIS/SOLICITATION IS MODIFIED TO ADD QUESTIONS AND ANSWERS, DRAWING OF THE LAB LAYOUT AND UPDATE SECTION C OF THIS REQUIREMENT. This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0309, and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 effective 26 July 2012. This procurement is 100% small business set aside and the associated North American Industrial Classification Code (NAICS) code is 334290 with a business size standard of 750 employees.The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B - Schedule of Supplies and Services CLIN 0001, Description: Radio Frequency Identification (RFID) Calibration Tracking System in accordance with the following specifications below; Qty: 1, Unit of Issue: Lump Sum; Section C - Specifications The contrator shall provide a complete turnkey solution including all components and software to accomplish the requirements as provided in this specification. The Radio Frequency Identification (RFID) Calibration Tracking System shall allow for the following functions: 1. Track up to 5,000 assets maintained in the inventory. 2. Tracking shall consist of identication of whether each asset is in its designated location or whether an approved user has checked that item out. 3. The system will maintain a record of the check in/checkout status of each item and which approved user has checked out that asset. 4. The system shall allow for a semi-annual inventory of all items in the tracking database. HARDWARE REQUIREMENTS The system shall be hardwired and stand alone, with no connection to any external networks. There will be no external transmissions (i.e., wireless networking) between system components. The system shall include all hardware and software required to meet the requirements listed in this system specification. The system will continuously monitor one laboratory exit point. The exit point is a doorway that is 3 foot wide by 7 foot tall. There is a 2 foot 9 inch by 3 foot clearance over the doorway. The mounting location is drywall construction. The RFID scanner shall be mounted above the doorway and the scanner will be capable of capturing the items being removed and the user that removed those items. The system will also capture video of the exit point each time an item is removed from the lab. It is not necessary to record video when the item is returned to the lab. In addition to the RFID scanner at the exit, the system shall include a monitor that is interfaced to the inventory system. This shall permit a user to see what items are being checked out to him/her. If an instrument is being checked out, the calibration due date shall be displayed on the terminal and an alarm shall go off if the item return date is after the cal due date. The system shall be configured with one portable handheld reader be used during the semi-annual inventory. The reader shall be powered from batteries and have internal memory capable of reading information from 5000 items. The reader shall be capable of operating for a minimum of one hour on one set of batteries prior to requiring replacing or recharging. The reader shall also be capable of reading both RFID tags and barcodes. The system shall track the location of all items (by room, row, shelf, drawer or another user defined designation) and shall also track the calibration status of all instrumentation. The software shall be capable of providing a list of upcoming calibration due dates in one month increments and shall provide the capability of outputting a calibration report listing all items sorted by cal due dates, cal lab last used, and the cost of the last calibration. The system shall be capable of outputting a report at any time of all items currently checked out including the item identification (description, model number and serial number), the person who checked out the item and the date it was checked out. The system shall also allow the user the option to enter the location the item was sent to and the expected return date. The system shall be expandable in the future to include: • Up to an additional 2 handheld readers • Up to an additional 3 RFID scanners that can be installed over other doorways RFID Tags The RFID tags shall be passive self adhesive tags that have a unique ID number and barcode printed on the tag. The system shall be provided with the following tags: • 1000 label style RFID tags • An assortment of on/off metal rugged RFID tags with read ranges from 1 foot to 24 feet. For quote purposes, provide the price of 5 different size tags with a range from 1 to 24 feet. Each tag shall have a unique ID Number. SOFTWARE REQUIREMENTS • All reports described below shall be capable of being printed (to a user provided USB printer) or to be converted to a file capable of being read by Excel or Word. The system shall allow for all reports to be stored to the external storage medium to transfer to other systems. • Must be capable of reading an existing inventory set up in Excel. The software shall import column names and all item data. The vendor shall be provided with a copy of this spreadsheet and the system will be delivered with this data already in the systems database. • The system shall record the tracking history of each item. This history will be preserved through the life of the item. Once the item is disposed of, the system will maintain a complete history including all information of that item and the date that it was disposed of. The initial system storage (memory) shall be a minimum of 2TB or capable of storing up to 5,000 items and maintain tracking data assuming the item is checked out and in once per week over a ten year period, whichever is larger. • The software shall track both inventory items and users approved to remove the items. If an item is removed from the area (as read by the portable handheld reader or doorway scanners) by someone who is not an approved user, a system alarm shall sound. The alarm shall be silenced by an administrator defined length of time or by the administrator silencing the alarm. • When pulling up data on an item, all data shall be displayed including a user provided picture of the item (jpg format). • When an item is checked back in, the system will automatically delete the video of the checkout event. • The system shall provide the user with the ability to backup the inventory and entire history to an external storage medium on a user defined interval (daily, weekly or monthly). The software shall include an easy to use option for this function. The Government will provide the storage medium compatible with the system configuration. • Allow for a parent/child relationship to be defined between inventory components. This shall allow for individual items (children) to be contained within a kit (parent). Both the parent and the children shall have RFID tags and the software will provide the capability to read all RFID tags and inform the user that all kit items are there, or that one/some items are missing. • When performing an inventory, the system must be capable of identifying the following information at each location equipment is stored in: 1. Items found 2. Items missing 3. Items found, but not expected System Administrator Capabilities: • The database shall allow for the addition of additional database fields to be added and shall allow for the deletion of any field. • Shall be capable of modifying the tracking history of any item. System User Capabilities: • To be able to open the database and sort by any column. This can be accomplished by exporting the database to a file capable of being read by Excel. • The user shall not be capable of entering new items, deleting any item or modifying any database data. Training shall be provided to four Government personnel immediately after the system is installed. CONTRACTOR SECURITY REQUIREMENTS: All Contractor personnel working at the site will be listed on a Contractor-Supplied Security Access Request provided electronically or Hard Copy with Company Letter Head cover sheet. The Contractor shall provide in Electronic format (preferred) to the point of contact specified upon or after contract award. a) Individual Security information will be provided for each individual that will enter or work on-site at NSWDG: Individual Security Information: 1- Full Name: 2- Place of Birth: 3- Date of Birth: 4- SSN: 5- US Citizenship: (yes/no) 6- Dual Citizenship: (if yes list country) 7- Security Clearance (if any with level dates). 8- Ethnicity: b) Company Vehicle information: The Contractor must provide the following information for each vehicle that will enter Dam Neck Base: 1- MAKE: 2- Model: 3- YEAR: 4- COLOR: 5- TAG No: 6- STATE REGISTERED: 7- Registered Owner: 8- Vehicle Operator Name: Additional information may be requested/required upon or after contract award. Delivery date: 30 DAYS ARO Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia, 23461-2299 FOB: Destination CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors - Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Apr 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt 1 Changes - Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil. All FAR Representation and Certifications shall be submitted through www.sam.gov. FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012)(DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: (i) Technical - Offeror shall provide supporting documentation (product literature/specification sheets) to demonstrate that it meets the requirements of this solicitation. (ii) Delivery - Offeror shall specify delivery time in its offer. (iii) Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (iv) Price - Offerors shall provide a detailed price quote as shown in the example below. All line items will be reviewed for price reasonableness. EXAMPLE ONLY SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT RFID TRACKING SYSTEM 1 Lump Sum $1,000.00 $1,000.00 DETAILED BREAK DOWN 1. Hardware Requirements: Qty: Unit Unit Price Amount SCANNER RFID TAG Size A RFID TAG Size B RFID TAG Size C RFID TAG Size D RFID TAG Size E Hardware Requirements Subtotal: 2. Software Requirements: XYZ Software Program Software Requirements Subtotal: 3. INSTALLATION/TRAINING Installation/Training Requirements Subtotal: Hardware Requirements, Software Requirements and Installation/Training Requirements should total RFID CALIBRATION TRACKING SYSTEM LUMP SUM PRICE. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 365 days (1 year) after contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 April 2012 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Danyiele Peterson, Contract Specialist; Email address: danyiele.peterson@vb.socom.mil. Quotes must be received no later than 02:00 PM. Eastern Standard Time (EST) on 10 Sep 2012. Quotes received after this time frame will not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0309/listing.html)
 
Record
SN02865936-W 20120906/120904235612-3bd068e9e7e7c36850a4faf8ee51771d (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.