SOLICITATION NOTICE
70 -- RFID Transponders (Tags) For US Ports of Entry - RFQ Documents
- Notice Date
- 9/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- HSBP1012Q0001
- Archive Date
- 9/23/2011
- Point of Contact
- Arthur S Cooper III, Phone: 817-868-8660
- E-Mail Address
-
Arthur.Cooper@dhs.gov
(Arthur.Cooper@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Bid Schedule for Price Quotations RFQ Docs in MSWord HSBP1012Q0001 Complete in PDF US Customs and Border Protection (CBP) is seeking competitive quotations with intent to award a single firm fixed price supply contract with initial delivery and 2 "options" (optional quantities) to meet future requirements. The required 915 MHz units must be fully compatible with currently deployed equipment and systems at US Border Stations on the northern and southern borders, and readable/writeable at highway speeds using the deployed equipment/systems despite hostile weather and climate conditions encountered in the US Border areas. Custom programming of the units for CBP is required in addition to incorporation of special security features and a unique serial number. The units must be non-battery operated and suitable for attaching to vehicle windshields (i.e., semi-permanent adhesive-backed). Units must remain attached to the vehicle and operate as required despite hostile weather and climate conditions encountered in the US Border areas and the shock and vibration conditions associated with vehicle operation and use. TransCore ITS, LLC of Hummelstown, PA, provider of CBP's RFID hardware, is currently the only known source for 100% compatible and otherwise satisfactory units. Interested concerns are invited to submit a quotation for this requirement. Participating concerns will be required to produce and deliver samples meeting the specifications for testing by CBP. CBP intends to award the proposed contract to the responsible concern offering suitable products (based on successful testing by CBP) based on the lowest total price submitted to the Government, including all quantities. Samples are not required to accompany the quotation. Intended initial delivery is for 1 lot of 35,000 units, however, in the event of a funding shortfall, the initial order quantity will be for 1 lot of 15,000 units. Optional quantities (i.e., "Options") are for up to 2 lots of 35,000 units each, to be delivered later on. Specifications for the RFID Tags follow: GENERAL SPECIFICATIONS FOR RFID TAGS: 1. Must provide data in real-time to the CBP-developed Automated Commercial Environment (ACE) application software, Accomplished via custom software in the IF61 reader, this firmware is added by TransCore to the FAST IF61 readers to provide dual protocol functionality and interface with ACE. 2. Each unit must have a unique serial number encoded, comprised of 16 alpha-numeric characters, with no nulls (i.e., no spaces, hyphens, underscores, etc.); Alpha characters are restricted to A - F only. 3. Must be readable by Intermec, IF61 reader using a TransCore AA3110 Parapanel antenna. 4. Must operate at 915 MHz range (902-928 MHz) and for optimal readability must be read at a range of 18' or greater. 5. Must be readable by an Intermec Sabre 1555 handheld reader. 6. Must have at least 2048 bits of memory space available. 7. Must be non-battery operated. 8. Must be compatible with all TransCore multi-protocol readers configured for ISO 18000-6B protocol. 9. Dimensions: Approximately 3.1 x 2.6 x 0.05 in. (7.9 x 6.7 x 0.13 cm) 10. Must be thin flexible sticker format with semi-permanent adhesive on one side along with removable backing, ready for proper application onto vehicles front windshield. 11. The side of the unit facing toward the driver (non-glue side) shall display unique serial number and barcode. 12. Bytes 13-17 of tag memory programmed with hexadecimal characters as follows: Byte 13: 46h Byte 14: 54h Byte 15: 71h Byte 16: 12h Byte 17: 06h 13. Once programmed, bytes 13-17 of transponder memory must be read-only 14. Units must operate properly with CBP's installed equipment despite hostile (i.e. extreme heat, cold) weather conditions encountered at US border locations, as confirmed by CBP. • Operating Temperatures from -40°F to +185°F • Storage Temperatures from -58°F to +203°F 15. Units can be read from highway speeds as confirmed by CBP. 16. Tags conform to ANSI NCITS 256-2001 Part 4.2 and ISO 18000-6B. Although the tags are capable of supporting the American Trucking Association (ATA) standards, mention of ATA and ISO 10374 is not used by FAST. 17. Customer specific tag programming must be available on the units. 18. Must be capable of unlimited reads. 19. Must be polarized Linear, Horizontal. 20. Must use efficient, binary tree-type anti collision algorithm to deter conflicting information. 21. Must have service life expectancy of 7-10 years. 22. No tag damage in the following situations: • Exposed to water washing of the backside of the sticker. • Exposed to commonly spilled beverages, mild cleaning solutions, or vinyl plasticizers. 23. Must provide a delimited file containing transponder numbers and corresponding box number. 24. Must be able to start with a provided box number to ensure no overlap in already received inventory. 25. Must supply transponders in packages of 100 - 200 (ideally 150) per box. PRODUCTION AND DELIVERY TIME: The Contractor must deliver a minimum of 50% of the complete shipment of initially ordered product (i.e., CLIN 00010 or 00020) to the specified destination within 30 Calendar Days after acceptance of contract award, with the balance to follow within 60 Calendar Days after acceptance of contract award. Regarding deliveries following the exercise of an option (i.e., CLIN 00030 and 00040), the Contractor must deliver a minimum of 50% of the complete shipment of ordered product to the specified destination within 30 Calendar Days after receipt of the modification effecting the exercise of the option with the balance to follow within 60 Calendar Days after receipt of the modification (see note below for exception). Note: In the unlikely event that CLIN 00040 is ordered before the Contractor ships product ordered under CLIN 00030, delivery of the complete shipment for CLIN 00040 shall be completed not later than 60 calendar days after the product for CLIN 00030 is delivered to the designated destination. The Contractor is fully responsible for the delivery of the product to the specified destination (i.e., costs, arrangements, replacement of lost shipment, claims, etc.) under the terms of the FOB DESTINATION clause, FAR 52.247-34. The expected North American Industry Classification System (NAICS) code for this acquisition is 334119, and the size standard is 1,000 employees. See attached solicitation for complete requirements and details regarding this competition. A complete copy of the solicitation is attached (HSBP1012Q0001) in PDF format. In addition, a copy of pages 3 - end of the solicitation is attached in MSWord format. This document includes the representations and certifications that must be completed and returned with any quotations. For those firms which have current registrations at the ORCA website, please note that there are items in the solicitation which must be addressed and responded to which are not included in the data available in ORCA. Pricing quotations are to be submitted using the attached BID SCHEDULE which is an Excel worksheet. Completed quotations with pricing and completed representations and certifications are to be submitted to the Contracting Officer by the stated due date and time. Prospective Offerors are encouraged to submit any questions and/or concerns about this requirement to the Contracting Officer prior to the quotation due date/time. Quotations should be valid for 90 days from the due date as award may not occur until early December, 2011. All inquiries are to be submitted to the Contracting Office for this requirement: US Customs & Border Protection 150 Westpark Way Suite 200, FICD Euless, TX 76040-3721 USA Point of Contact Arthur Cooper III, Contracting Officer, Phone 817-868-8660, Fax 817-545-1288, Email Arthur.Cooper@dhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1012Q0001/listing.html)
- Record
- SN02560143-W 20110903/110902103450-e51e1a23348efbead066602993a6e027 (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 |