Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2017 FBO #5725
SOURCES SOUGHT

59 -- Real Time Location System (RTLS) with related Radio Frequency Identification (RFID) array

Notice Date
7/25/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
 
ZIP Code
20755
 
Solicitation Number
HQ0516-17-R-0014
 
Archive Date
8/16/2017
 
Point of Contact
Kiesha Campbell, Phone: 3012226029, Craig J. Carlton, Phone: 3012226708
 
E-Mail Address
kiesha.v.campbell.civ@mail.mil, craig.j.carlton.mil@mail.mil
(kiesha.v.campbell.civ@mail.mil, craig.j.carlton.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT DMA HQ RFID DEPLOYMENT The Defense Media Activity (DMA) is seeking authorized sources that can provide a solution of integrated hardware/software that provides a Real Time Location System (RTLS) with related Radio Frequency Identification (RFID) array. CONTRACTING OFFICE ADDRESS: DMA Contracting Office - East 6700 Taylor Avenue Fort Meade, MD 20755 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Defense Media Activity Technical Operations Directorate (DMA-TO) is seeking an RTLS-RFID array system solution to provide forensic, accessible, passive UHF EPC Class1 Gen 2 RFID (pRFID) asset tag tracking and logging. The RFID array shall energize and identify pRFID asset Tags at all exits and designated chokepoints throughout the DMA HQ building and it's vehicle storage facility. The pRFID energizing capabilities of the array shall be capable at a nominal range of 1 inch to 12 feet from the pRFID tag being tracked with a useable interrogation (read) range of 12 feet or more from an energized small form factor pRFID tag. The RTLS solution provided must incorporate software that provides active real-time-location performance; providing mapped visibility of presence, location and identification of pRFID tagged assets. The software must also be able to interface with and output this data to secondary software for DMA use. The interface/output data shall be xml format or other to be discussed. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: N/A Contract Type: Firm Fixed-Price Incumbent and their size: N/A Provide Brief description of the current program/effort: DMAs requirement is to have a robust system that can track high value assets for maintenance as well as supporting security needs. List Anticipated Time Frame: 31 Oct 2017 - 30 Oct 2018, plus 4 Option Years List Place of Performance: 6700 Taylor Avenue Fort Meade, MD 20755 REQUIRED CAPABILITIES: The incumbent system shall be inclusive of all design, project management, integration and commissioning; to include manpower with tools, supplies and etc. to integrate, all vendor supplied hardware, software, cable, connectors, mounting hardware and etc. required to provide a ‘turn-key' RTLS-RFID array system solution. The solution shall operate with the capability to output data for use with 3rd party software; currently ‘Vimsoft' Vimbiz'. The Vimbiz software is a Structured Query Language (SQL) database that can ingest data in several formats: direct connection of RFID array data fed from the array to the two software platforms, XML, and others. The RTLS software shall provide real-time tracking of DMAs RFID asset tags, providing active sub 3 foot real-time-location performance; generating and providing mapped visibility of presence, location and identification of DMAs passive UHF EPC Gen 2 RFID (pRFID) tags. The energized identification shall be capable at a 12 foot range from the pRFID being tracked. The captured, stored, data informs and updates the tags location data in the Vimbiz maintenance tracking database on the fly and/or upon demand. Reporting to indicate last recognized location, time stamp and asset tag identification. Each asset tagged with a Passive Radio Frequency Identification (pRFID) tag requires presence tracking within the confines of the HQ facility. This tracking shall generate real-time location tracking of each individual asset tag passing the exits and designated chokepoints throughout the DMA HQ building and its vehicle storage facility. This tracking serves a twofold purpose: First, the presence detection allows real time inventory control for maintenance/operations and location tracking for documentation requirements in place by the DMA. Second, the presence tracking of the assets monitors entry and egress of these assets tags on a 24/7 basis. This RFID presence detection & tracking system reinforces the security of the assets monitored. The real time location, active data provided shall be to a sub 8 foot accuracy to provide data analysis for gear issue, maintenance work orders and provide information for use to sync with DMA security measures (security cameras) to provide a forensic record of events leading to a loss. SPECIAL REQUIREMENTS: The antenna array system shall have the ability to excite tags from 12' or greater and the capability to provide sub 8 ft. location accuracy providing this Real Time Location information in a XY format with historical mapping using DMA provided soft file floor layout drawings for mapping. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27.5 million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DMA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) OEM certification that vendor is a Manufacturer Authorized Channel Partner with either Premier, Silver or Gold status as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. 7) Each offeror must demonstrate reent, relevant, and accceptable past past performance on projects within the last 3 years. Offeror's past performance documentation must demonstrate ability to successfully perform the contract which is the subject of this sources sought notice. Vendors who wish to respond to this should send responses via email NLT 15 AUG 2017, 2 PM Eastern Daylight Time (EDT) to kiesha.v.campbell.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dee58b0496a6450f47e3079993beebc3)
 
Place of Performance
Address: Defense Media Activity, 6700 Taylor Avenue Fort Meade, MD 20755, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04597004-W 20170727/170726043014-dee58b0496a6450f47e3079993beebc3 (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.