Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2021 SAM #7231
SOURCES SOUGHT

70 -- Plexus Vision IS Asset Tracking System (or equal)

Notice Date
9/16/2021 4:39:16 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
 
ZIP Code
78236-5286
 
Solicitation Number
JBKBA091621
 
Response Due
10/4/2021 12:30:00 PM
 
Archive Date
10/19/2021
 
Point of Contact
Sharla Blalock, Phone: 8307145253
 
E-Mail Address
sharla.blalock@us.af.mil
(sharla.blalock@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The JBSA-Randolph Contracting Squadron, 502 CONS/JBKBA, is conducting market research to identify potential sources that possess the capabilities to meet the requirement and qualifications for providing one (1) each Plexus Vision IS Asset Tracking System (or equal).� If an equal item is proposed, please provide adequate information (e.g. Manufacturer, Part Number, Item Specifications) The Government is seeking information on the availability of capable contractors to provide the aforementioned asset tracking system for JBSA Lackland, TX ��Please see below for the salient characteristics. � The North American Standard Industry Classification System (NAICS) code anticipated for this acquisition is 511210, Software Publishers, with a small business size standard of $41,500,000.� Based on responses to this Request for Information (RFI), this requirement may be set aside for Small Business or procured through Full and Open competition.� The Government reserves the right to decide whether or not a small business set-aside is appropriate.� Interested firms are encouraged to recommend a more appropriate NAICS in their response; however, include the rationale for an alternate selection. This Request for Information (RFI) is issued for informational and planning purposes only.� THIS IS NOT A REQUEST FOR QUOTE OR SOLICITATION FOR AN OFFER; therefore, in accordance with FAR 15.201(c) any responses to this inquiry will not constitute nor will be considered as a contractor offer, and no award will be issued as a result of this inquiry. �This information will be used by the 502 CONS/JBKBA for market research purposes only, and the submitted information will not be returned. �Submitted information will be protected in accordance with DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions or the total number of submissions received. �Interested parties are solely responsible for all expenses associated with responding to this request for information, as the government is not liable for any costs incurred by interested parties in responding to this request. The purpose of this RFI is to query the market for potential interested, capable, responsible, and qualified commercial small business offerors that can provide/perform the stated requirement. �The government is interested in collecting market data/information in accordance with Federal Acquisition Regulation (FAR) Part 10, from potential sources that have the capability to provide the Plexus Vision IS Asset Tracking System (or equal).� Interested and/or potential small business offerors are requested and encouraged to submit responses to the questions below under the Market Survey/Questionnaire, not later than 3:30 P.M. Central Time on 04 Oct 2021. �No extension will be granted.� **All correspondence resulting from this RFI shall be sent to sharla.blalock@us.af.mil.� DESCRIPTION OF PROJECT: The draft document is intended to provide a general description of this project. **The following is an excerpt for this project. Essential / Salient Characteristics � Asset Tracking System: The Asset Tracking System (RFID) must have the Authority to Operate (ATO) and Authority to Connect (ATC) on the Department of Defense Network The authority to connect to a secure and encrypted Web service that transmits current tracking information to the Composite Server Must support a bi-directional interface as defined by the Joint Medical Logistics Functional Development Center (JMLFDC) and published in the DML-ES-Asset Tracking System Interface Specification, Version 2.0, Interface Control Document (ICD) dated and approved Aug 2016 Be capable of tracking an items current location, sub-location, and status using a Wi-Fi 802.11 active RTLS tag, a pRFID tag, or a barcode tag.� The system must be designed to include two central servers at each parent site, an application/Web server and a database server Must consist of display views that offers additional manipulation and can be grouped, sorted, filtered, edited, deleted and exported� The contractor must offer a 1 Year Manufacturer�s Warranty Contractor must be able to install and provide training to hospital staff Market Survey/Questionnaire shall include the following information: Entity Name:______________________________ Name of point of contact: ____________________________ Phone number: ____________________________________ Email address: ____________________________________ CAGE CODE: ____________________________________ DUNS NUMBER: _ Web Page URL: SAMS Registered? Yes/No Is your company a small business as defined by the Small Business Administration? Y/N If YES, what are your small business certification(s) under NAICS Code 511210?� Identify the following: 8(a) Certified: (Yes / No) HUBZone Certified: (Yes / No) Service Disabled Veteran Owned Small Business (SDVOSB): (Yes / No) Small Disadvantaged Business: (Yes / No) Economically Disadvantaged Women-Owned Small Business (EDWOSB): (Yes / No) Women Owned Small Business (WOSB): (Yes / No) Veteran Owned Small Business (VOSB): (Yes / No) Primary Point of Contact(s): Contract Specialist Sharla Blalock sharla.blalock@us.af.mil Phone: 830-714-5253 (telework) Contracting Officer Marcus H. Mattingly Marcus.mattingly@us.af.mil Phone: 210-652-3058
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a9fd42f7e2bd4b2c8a7fae0527aca17b/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN06136165-F 20210918/210916230125 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.