Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2018 FBO #5985
SOURCES SOUGHT

D -- AUTOMATIC IDENTIFICATION TECHNOLOGY - DRAFT PWS AITV

Notice Date
4/11/2018
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J18AITV
 
Archive Date
5/3/2018
 
Point of Contact
Luke M. Welling, Phone: 3097823121
 
E-Mail Address
luke.m.welling.civ@mail.mil
(luke.m.welling.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS FOR W52P1J18AITV Sources Sought for Automatic Identification Technology (AIT). THIS REQUEST IS FOR PLANNING PURPOSES ONLY; IT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION EXISTS AT THIS TIME AND THERE IS NO GUARANTEE A FORMAL SOLICITATION WILL BE ISSUED BY THE GOVERNMENT. THE GOVERNMENT WILL NOT BE LIABLE FOR PAYMENT OF ANY RESPONSE OR PREPARATION EXPENSES. INTERESTED PARTIES ARE RESPONSIBLE FOR ADEQUATELY MARKING PROPRIETARY OR COMPETITION SENSITIVE INFORMATION CONTAINED WITHIN THEIR RESPONSE. Product Lead, Automated Movement and Identification Solutions (PL AMIS) has a potential requirement for AIT hardware technologies and technical expertise to support logistics tracking, locating, and health monitoring of commodities and assets. Army Contracting Command - Rock Island (ACC-RI) is issuing this sources sought notice to identify potential sources that capable of, and interested in providing hardware, software, documentation, and incidental services to authorized users worldwide by a very specific timeframe of NLT than 10 May 2018. A draft PWS with more specific potential requirements is included as part of this sources sought notice. The Army seeks to potentially acquire hardware technologies under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract arrangement, which may include, but is not limited to: • Portable Data Collection Terminals with Imagers • Bar Code Imagers • Wireless Data Communications (network equipment) • Bar Code Printers • Item Unique Identification Devices (IUID) Marking devices • Wireless Radio Frequency Data Communications Equipment • Transit Cases and Transit Case Configuration • Warehouse Software Systems • Property Book Software • Incidental services, including AIT integration software with automated information systems and customization, site surveys, installation, training, warranty maintenance services, and Technical Engineering Services (TES). Services will include hardware and software delivery and installation, as well as performance of associated training, warranty maintenance services at CONUS and OCONUS Government sites. Performance of TES will be required at CONUS and OCONUS Government sites, and the Contractor's facility(ies). This contemplated action would result in a short-term IDIQ contract award in April 2018 and would operate as a bridge contract while the follow-on requirement for the AIT-V contracts is being competed. As stated in the draft PWS, all AIT hardware items would have to go through extensive testing and approval prior to them being available for customers to ordering through the contract vehicle. This testing and approval process is expected to take one to two months. No estimates for product orders will be supplied to interested parties. All interested companies that possess the capabilities addressed herein are encouraged to respond to the sources sought notice by providing the information specified below within seven (7) days of this notice. Respondents are requested to submit one (1) electronic copy of the response to Luke Welling at luke.m.welling.civ@mail.mil. Please include Sources Sought No. W52P1J18AITV in the subject line. At a minimum, all responses shall include the following information: a) How does your firm intend to provide AIT products that are capable of passing testing immediately and could be available for order by the 10 May 2018 timeframe? b) Explain your firm's experience with providing AIT services such as site surveys, installation, training, warranty maintenance services, and Technical Engineering Services (TES). How quickly can you have a staff to support these services available? NOTE: The use of a Sources Sought number is for tracking purposes only. Point of Contact(s): Luke Welling, 309-782-3121 Contracting Office Address: Army Contracting Command - Rock Island (ACC-RI) ATTN: CCRC-TB Rock Island, IL 61299
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4af2232dda19ef0980d80c986f6c67b0)
 
Record
SN04886510-W 20180413/180411231115-4af2232dda19ef0980d80c986f6c67b0 (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.