Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2004 FBO #0979
SOLICITATION NOTICE

70 -- SSA-RFQ-04-0536

Notice Date
7/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
 
ZIP Code
21207-5279
 
Solicitation Number
SSA-RFQ-04-0536
 
Response Due
8/8/2004
 
Archive Date
8/23/2004
 
Point of Contact
Kathleen Cooney, Contract Specialist, Phone 410-966-8192, Fax 410-965-9560, - Linda Phipps, Contract Specialist, Phone (410) 965-9493, Fax (410) 965-9560,
 
E-Mail Address
kathleen.cooney@ssa.gov, Linda.Phipps@ssa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Social Security Administration has a requirement for a Radio Frequency Identification Scan Tunnel, SSA-RFQ-04-0536. This is a combined synopsis/solicitation for commercial items (as defined by FAR 2.101) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested; however, a written request for offers will not be issued. This acquisition is subject to FAR Subpart 13.5, regarding the application of simplified acquisition procedures. This is a small business set-aside. FAR 52.219-6 applies to this RFQ. Quotations submitted from other than small business sources will be rejected. The small business size standard is 750 employees. The North America Industry Classification System (NAICS) code for this acquisition is 334220. REQUIREMENTS/ SPECIFICATIONS: 1. Systems Environment a) Operate within the Microsoft Windows 2000 and 2003 Server platform that is running on a Dell 6600 with quad 1.4 GHz processors, 2 GB RAM and 600 GB storage. b) Communicate with the Microsoft Windows 2000 and 2003 Server via the TCP/IP protocol. c) Interface with the receiving and shipping functions of the Radio Beacon Warehouse Management Control System. 2) Radio Frequency Identification Scan Tunnel Design shall: a) The maximum width of the tunnel cannot exceed 9ft wide x 8ft tall but must provide sufficient room to drive forklift carrying a pallet of material 7 ft high and 5ft wide. The tunnel must provide sufficient depth to accurately read 45 boxes on a pallet at one time. The max depth is 4 ft. b) Be capable of reading and writing to 915 MHz Intelligent tags. c) Provide at a minimum of four 915 MHZ antennas. d) Provide an RFID Reader/Writer that supports, at a minimum, four antennas, 2 relays for sensors, one communication port for a message board and three relays for a 3 color stacklight. e) 2 photoelectric sensors with reflectors to determine the direction of movement in/out. f) Provide one 20 character message board to disseminate information concerning read errors. g) Provide one three color stacklight as a control light to identify good/bad reads. 3) Contractor shall design a seamless interface with the Radio Beacon Warehouse System to transfer the industry standard Serialized Shipping Container Code ?96 bit (SSCC-96) data between the tunnel and Radio Beacon Receiving and Shipping Functions. Go to the following website for specific data structures:http://www.epcglobalinc.org/standards_technology/EPCTagDataSpecification11rev124.pdf . Data from the tags will be written to the Radio Beacon software and Radio Beacon will update the product information on the tag. 4) Contractor must be able to write product information (product number, Expiration dates and Revision dates) to the 4? x 6? RFID labels via the Smart Label RFID tag. 5) Contractor shall install and test the RFID scan tunnel to ensure that information is transmitted to Radio Beacon from the tag and to the tag from Radio Beacon. 6) Contractor will provide an appropriate training session to enable three SSA employees to fully operate and set-up the RFID Scan Tunnel. The training will take place at the Supply Building in Baltimore, Maryland. 7) Contractor shall provide telephone support for technical assistance from 8:30 AM EST to 5:00 PM EST during the first three months of operation. Contractor will provide an 800 number with the quote. 8) Contractor shall document the functional operation, system configuration and technical features of the scan tunnel. This information will be the property of SSA. 9) Contractor shall design the RFID Scan Tunnel so that the functionality can be expanded to meet the UHF G2 Electronic Product Code standard.10) Contractor shall provide a one year warranty on all Scan Tunnel parts/equipment. DELIVERY: The RFID shall be installed and operational within sixty days of contract award. All boxes shall be delivered F.O.B. Destination to the Social Security Administration, Supply Building Loading Dock, Receiving Clerk, 6201 Security Blvd., Baltimore, MD 21235. Telephone number 410-965-1095. Delivery of all shipments shall be made between the hours of 9:00 AM and 3:00 PM, Monday through Friday. TERMS AND CONDITIONS: Far Part 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003) is applicable to this order. The following provisions at FAR Part 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items March 04 apply to this acquisition: (b)(5), (b)(14), (b)(16), (b)(17), (b)(18), (b)(19), (b)(20), (b)(23), (b)(25), (b)(31). FAR Part 52.212-1, Instructions to Offerors-Commercial, applies to this order. EVALUATION: The provisions at FAR Part 52.212-2, Evaluation--Commercial Items (tailored) apply to this acquisition. Paragraph (a) is tailored as follows: the government will award an order resulting from this request for quotation to the vendor whose quote represents best value to the Government and best value price. The following factors shall be used to evaluate quotes: price and past performance. In order of importance, after technical acceptance, price and past performance are equal in importance. REPRESENTATIONS AND CERTIFICATIONS: Vendors must include a completed copy of the provisions at FAR Part 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote. Interested parties can get the document from http://www.ssa.gov/oag/acq/oagacq_clauses.htm (click on: Reps and Certs (1) for Commercial Items) and fax Attn: Katie Cooney, or if possible, email it to Kathleen.Cooney@ssa.gov. RESPONSE DATE: Responses must be submitted by 3:00 p.m. Eastern Standard Time, August 8, 2004, emailed to Kathleen.Cooney@ssa.gov OR addressed to the Social Security Administration, Office of Acquisition and Grants, Attn: Katie Cooney, 1710 Gwynn Oak Avenue, Baltimore, Maryland, 21207, OR faxed to (410) 965-9248. All responsible small business sources may submit a quotation that shall be considered by the Agency. Quotations submitted from other than small businesses will be rejected.
 
Place of Performance
Address: NCC Building, 6201 Secuirty Blvd, Baltimore, MD
Zip Code: 21235
Country: USA
 
Record
SN00634270-W 20040801/040730213033 (fbodaily.com)
 
Source
FedBizOpps.gov 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.