Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2012 FBO #4053
SOURCES SOUGHT

D -- Automatic Identification Technology (AIT) - Tag Technology Capability Request for Information (RFI)

Notice Date
12/27/2012
 
Notice Type
Sources Sought
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-13-TT001
 
Response Due
1/11/2013
 
Archive Date
2/25/2013
 
Point of Contact
Trisha Taylor, 309-782-2836
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(trisha.m.taylor@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Subject: Automatic Identification Technology (AIT) - Tag Technology Capability Request for Information (RFI) THIS IS NOT A REQUEST FOR PROPOSALS (RFP) OR A REQUEST FOR QUOTATIONS (RFQ); IT IS STRICTLY A REQUEST FOR INFORMATION (RFI). NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER TYPES OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS RFI. NO CONTRACT WILL BE AWARDED PURSUANT TO THIS ANNOUNCEMENT. 1.0 SUBJECT: The US Army Product Director, Automated Movement and Identification Solutions (AMIS) is conducting market research to determine the availability of a commercial capability to meet the requirements of providing unique and unambiguous identification and stand-off wireless automated read/interrogation through a minimum of 12 feet of wet earth (compacted or loose) which may also include up to 6 inches of concrete and one or more metal obstructions. This market research may also assist with the further development and/or refinement of the requirements. Responses to this RFI are due no later than 3:00 PM E.S.T. on 11 Jan 2013, and the procedure for responding is outlined in paragraph 4. 2.0 DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked quote mark Proprietary quote mark will be handled accordingly. Responses to the RFI will not be returned to the provider/sender. At this time, questions concerning the composition and requirements for a future RFP will not be entertained. 3.0 DESCRIPTION: PD AMIS has an emerging requirement for automatic identification technology which has the capability to read uniquely identified tags through a minimum of 12 feet of wet earth (compacted or loose). This RFI is seeking sources of supply that can provide a system that can meet all of the minimum requirements described below. The tags and reader capability should be able to quickly scan an area and identify with certainty that a unique tag is physically positioned vertically beneath the surface location of the read to a dimension measuring 4 square feet. Minimum Essential Characteristics (MECs): 1. Provide unique and unambiguous identification. 2. Stand-off wireless automated read/interrogation through a minimum of 12 feet of wet earth where the wet earth includes 6 inches of concrete and one or more metal obstructions. The earth may be loose soil or compacted. 3. Any tag source of power must be capable of providing 4 read operations per year for a minimum use life period of 10 years. 4. The capability to read/interrogate the technology must be single man-portable and weigh no more than 4 pounds. 5. The technology must be capable of meeting all compliance, regulatory and FCC rules, if applicable, and operate on a non-interference basis with standard military or commercial communications. 6. If a handheld device is used for tag interrogation, the battery should be capable of 6-8 hours of continuous operation. The handheld device should have the capability to recharge its battery through commercial power sources (115-240 VAC) Desired (but not required) Characteristics: 1. The tag source of power should be capable of providing 4 read operations per year for a minimum use life period of 20 years. 2. Scan an area and identify with certainty that a unique tag is located vertically beneath a surface location measuring not more than 3 square feet. 3. Capable of reading and discriminating to 4 individual tags staggered at different levels of depth down to the required 12 foot depth. Manuals and Training: The tag and reader should come with an operation and maintenance manual, accessories, and a parts list of supplies/items that accompany the system when purchased. The manufacturer should have reliable repair service/technical, provide onsite training upon request and clearly identify a help desk or source for assistance if so required by the user. Software: Commercial-off-the-Shelf (COTS) Demonstration/test software is highly desired and should be compatible with DOD and Army network systems and standard server and desktop operating systems such as Microsoft Windows 7 and Microsoft Server 2008. Any proposed software should meet the Information Assurance (IA) requirements of Army Regulation 25-2 and be capable of meeting certification requirements for a network Certificate of Networthiness. The Government encourages creativity and innovative approaches in response to this RFI. The purpose of this RFI is to gather information about commercially available products that meet the requirements enumerated above. Sources may recommend existing or emerging technologies, capabilities, and solutions, provided the Minimum Essential Characteristics, IA, and network requirements are met or exceeded. 4.0 RESPONSES: Any response should include a statement to indicate the availability status of test/demonstration version of products. Existing technologies that can be successfully demonstrated under the conditions described in this RFI will receive first response from the Government. How to Respond: The response should not exceed 5 MB e-mail limit for all items associated with the RFI response. Responses should also include (1) business name and address; (2) name of company representative and their business title; (3) category of your business i.e. Large, Small (if small, state your category); and (4) Applicable NAICS(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2db723b5eec6ee5e6f3ee69053ab8a1c)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02955917-W 20121229/121227233802-2db723b5eec6ee5e6f3ee69053ab8a1c (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.