Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2016 FBO #5292
SOURCES SOUGHT

58 -- RFID Transponder Tags

Notice Date
5/18/2016
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
RFID20088831
 
Archive Date
6/16/2016
 
Point of Contact
Lloyd A Burton, Phone: 817-868-8646
 
E-Mail Address
lloyd.a.burton@cbp.dhs.gov
(lloyd.a.burton@cbp.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement only seeking responses in order to determine commercial market capability and Small Business participation in the acquisition. The scope of this requirement is the acquisition of transponders to support the Automated Commercial Environment (ACE) program. This technology must interface with application software developed by the CBP Passenger Systems Program Office and operate seamlessly with legacy equipment and specifications. REQUIREMENTS A. Technical Considerations New Transponders must interface with equipment and technology currently in use at Northern and Southern Border Stations/POE. B. Quality Requirements GENERAL SPECIFICATIONS FOR RFID TAGS: 1. Must provide data in real-time to the CBP-developed ACE application software. 2. Each unit must have a unique serial number encoded. 3. Must be readable by Intermec, IF61 reader using a TransCore AA3110 Parapanel antenna. 4. Must operate at 915 MHz range (902-928 MHz) and for optimal readability must be read at a range of 18 feet or greater. 5. Must be readable by an Intermec Sabre 1555 handheld reader. 6. Must have at least 128 bytes, 1024 bits memory space available. 7. Must be non-battery operated. 8. Must be compatible with all TransCore multi-protocol readers configured for ISO 18000-6B protocol. 9. Dimensions: Approximately 1.81 x 3.11 x 0.05 in (46 x 79 x 1 mm) 10. Must be thin flexible sticker format with semi-permanent adhesive on one side along with removable backing, ready for proper application onto vehicles front windshield. 11. The side of the unit facing toward the driver (non-glue side) shall display unique serial number and barcode. 12. Bytes 13-17 of tag memory programmed with hexadecimal characters as follows: Byte 13: 46h Byte 14: 54h Byte 15: 71h Byte 16: 12h Byte 17: 06h 13. Once programmed, bytes 13-17 of transponder memory must be read-only. 14. Units must operate properly with CBP's installed equipment despite hostile (i.e. extreme heat, cold) weather conditions encountered at US border locations, as confirmed by CBP: • Operating Temperatures from -40°F to +185°F • Storage Temperatures from -58°F to +203°F 15. Units can be read from highway speeds as confirmed by CBP. 16. Units are fully protocol-compliant with INCITS 256-2001, ISO 18000-6B, ISO 10374, and American Trucking Association (ATA) Standards. 17. Customer specific tag programming must be available on the units. 18. Must be capable of unlimited reads. 19. Must be polarized Linear, Horizontal. 20. Must use efficient, binary tree-type anti-collision algorithm to deter conflicting information. 21. Must have service life expectancy of 7-10 years. 22. No tag damage in the following situations: • Exposed to water washing of the backside of the sticker. • Exposed to commonly spilled beverages, mild cleaning solutions, or vinyl plasticizers. 23. Must provide a delimited file containing transponder numbers and corresponding box number. 24. Must be able to start with a provided box number to ensure no overlap in already received inventory. 25. Must supply transponders in packages of 100 - 200 (ideally 150) per box. Your response shall include the following information: • Size of company (i.e., Small Business, 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.). • The NAICS code offered under this effort. • Contract vehicles in which this effort can be offered (open market, GSA, etc...) • A proposal with line item specifics, including pricing of equipment, to be offered in order to satisfy this effort for market research purposes only. Contractors are encouraged to offer alternatives and solutions in order to satisfy the requirement for the mobile movement analysis lab. • Line item and total pricing delivered. • Any warranty information offered. • Delivery Terms. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent to the Department of Homeland Security, Customs and Border Protection, Procurement Directorate, Lloyd Burton at lloyd.a.burton@cbp.dhs.gov by 1700 EST on Wednesday 1 Jun, 2016. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/RFID20088831/listing.html)
 
Record
SN04121404-W 20160520/160518234917-66799b51334b4b173179cad17297e24d (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.