SOURCES SOUGHT
99 -- COVID-19: Proximity Tracking Program
- Notice Date
- 7/8/2020 12:48:11 PM
- Notice Type
- Sources Sought
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N0002420NR24006
- Response Due
- 7/16/2020 1:00:00 PM
- Archive Date
- 07/31/2020
- Point of Contact
- Lisa Grayum, Phone: 2024364727
- E-Mail Address
-
lisa.grayum@navy.mil
(lisa.grayum@navy.mil)
- Description
- This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid (IFB), request for quotation (RFQ), request for proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. The government will not award a contract on the basis of this notice, or otherwise pay for information solicited by it. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement nor the Government's use of such information. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The requested information is for planning and market research purposes only and will not be publicly released. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Description The Naval Sea Systems Command (NAVSEA) Naval COVID Rapid Response Team (NCR2T) is seeking comments on draft requirements, market research, potential sources, and best practice information for commercially available or advanced prototype technologies for a proximity tracking program.� The proximity tracking program shall include at least two components: sets of wearable proximity tracking devices �wearables� and a storage and processing device �station(s) �. �There may be additional intermediate devices to transfer the information from the wearable to the stations. The storage and processing device can be a local, standalone server or laptop or other computer. Additionally, a Cloud solution is desired that would replicate the functionality of the local, standalone device. The wearable will estimate the distance between itself and the other wearables and record four pieces of information:� unique identifier of the wearer�s device, the unique identifier of the device that is in close proximity, the estimated distance or a measurement that is used to estimate distance, and the date/time of the measurement. These four pieces of information are then used to calculate the total time and at what distance two individuals with the wearables have been in close contact. The individuals that have the wearable assigned to them will wear it while they are at their place of work. These devices are only intended to be worn while at work.� At some point or at multiple times during the day, the proximity records will be transferred to a station(s) that will store the records for all employees of a given organization where all of these records can be viewed and analyzed.� The proximity records will primarily be used to identify those individuals that were too close for too long to a person that has tested positive for COVID-19. Secondarily, this data will be used to determine if social distancing policies put in place by the government employers are effective. The proximity tracking program administrator will issue the devices, configure the devices and groups, analyze the collected data, and administer any connections to other databases, such as a digital medical record. Draft requirements are provided in the attached document. Vendors are requested to provide the following information Technical information on vendor�s commercial products that meet, nearly meet, or could be readily adapted to meet the draft requirements.� Include all relevant technical details associated with the government requirements.� Identify any required changes to the draft requirements. Comments on the technical realism, feasibility, and effectiveness of the draft requirements.� Provide recommended changes to the draft requirements. Lead time and production rate that can be achieved for producing a proximity tracking system. Test reports or certifications with respect to effectiveness of existing products. Name of Contact Person for their company, telephone number, email address, physical address, and company CAGE code. Vendors desiring to respond to this request should provide a white paper addressing the above listed items.� The white paper, without appendixes, should be limited to ten (10) pages.� Additional information may be provided in appendixes.� All documents should be provided in .pdf format and should be legible when printed on 8.5 inch by 11 inch paper.� Any and all proprietary information should be properly marked.� The submission, including all documents, shall not exceed 20 megabytes. To be responsive to this announcement, a vendor must supply its information by email as requested by 04:00PM EDT 16 July 2020.� All responses shall be emailed to Lisa.Grayum@navy.mil and Patrick.Cotton@navy.mil.� This RFI is for market research and informational purposes only. The U.S. Navy is under no obligation to select or award a contract for any participating technologies responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/806be5faa3bb4d51b6b9a25dcb16f9ab/view)
- Record
- SN05715447-F 20200710/200708230146 (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 |