SOURCES SOUGHT
70 -- Radio Frequency Identification (RFID) Hardware and Software Upgrade
- Notice Date
- 3/23/2022 11:58:45 AM
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 1546315
- Response Due
- 4/13/2022 9:00:00 AM
- Point of Contact
- Bilal Kayani, Phone: 202-316-2920
- E-Mail Address
-
KayaniBA@state.gov
(KayaniBA@state.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1.0 Purpose This is a Sources Sought notice as outlined in FAR 15.201. The purpose of this notice is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify qualified and experienced businesses capable of and interested in providing the services described herein. The objectives of this contract are to enable accurate tracking of passports at the National Passport Center (NPC) and to prevent interruption of services from current end-of-life radio frequency identification (RFID) hardware (HW) and software (SW) by upgrading the HW and SW. Additionally, this notice seeks to determine if the services can be acquired using a Government Wide Acquisition Contract (GWAC). This notice is issued solely for information and planning purposes and does not constitute a(n) Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP). Additionally, there is no obligation or commitment on the part of the Government to acquire any products or services described within this notice now or in the future. The Government does not intend to award a contract(s) based solely on the submissions submitted in response to this notice. Respondents are advised that the Government will not pay for information submitted in response to this Sources Sought notice, nor will it compensate respondents for any costs incurred in the development/furnishing of a response. The Government will not entertain telephone calls or questions pertaining to this notice. Please note that a decision not to submit a response will not preclude a vendor from participating in any future solicitation. 2.0 Scope of Work/Required Capabilities The Office of Consular Systems Technology within the Bureau of Consular Affairs (CA/CST) requires the contractor to provide Consular Affairs, Radio Frequency Identification Tracking System (CART) professional services to test, configure and support changes to the CART system by installing upgraded RFID HW and SW.� The contractor shall provide ongoing operations, maintenance, and enhancement services.� CA/CST develops, deploys and provides Operations and Maintenance (O&M) and enhancements support to the CART system that is critical in both the locating and handling of passport applications throughout the National Passport Center (NPC). CART is a RFID Passport Batch Tracking system that uses Quake Global software to interpret inputs from RFID readers deployed throughout the NPC to enable NPC Customer Service to quickly and efficiently monitor and locate Passport batches. The location data is read by CA/CST�s Enterprise Reporting (ER) system and is available for users throughout CA. CART is a solution that is built on the following current components: Quake Global systems composed of Intelligent Asset Management (IAM) 2 software, Easy TAP appliance Approximately 130 Motorola FX7400 and ten (10) Impinj Revolution R420 RIFD readers Customized web and reporting portal One (1) Zebra barcode printers (this will be replaced in the next year) Ten (10) Barcode Symbol CS3000 scanners Application server Database server Server that hosts TAP appliance 4 network PoE switches (these will be replaced one (1) per year) The Government anticipates that one fourth of the RFID reader infrastructure HW will be upgraded each year over the life of the contract. Purchasing the HW is not in the scope of this contract. Advice to the Government regarding the new/replacement HW selection is in scope of this project. The Government anticipates that the SW will be upgraded during the first year of the project for the entire NPC environment. Purchasing the SW is not in the scope of this project. The current software product is Quake Global IAM 2; the new software product may be Quake Global Q-IAM 3. See attached DRAFT Statement of Work (SOW) for further details. 3.0 Instructions A viable interested party shall demonstrate, in any capability statement submitted, the company's capabilities to meet the performance objectives and the customer�s requirements. A viable interested party shall provide relevant, applicable examples of previous work or solution implementations.� Responses should be limited to twelve (12) pages and must be submitted as a Microsoft Word Document (.doc or .docx) or Portable Document Format (.pdf) to the Contracting Officer at KayaniBA@state.gov. To the maximum extent possible, submit Non-Proprietary Information.� All information received in response to this notice that is appropriately marked �Proprietary� will be handled accordingly.� Submission should include responses to attachment titled Company Profile.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b336fb510d6b489e810db413d0ac82db/view)
- Place of Performance
- Address: Washington, DC 20052, USA
- Zip Code: 20052
- Country: USA
- Zip Code: 20052
- Record
- SN06277193-F 20220325/220324211509 (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 |