SOURCES SOUGHT
70 -- Radio Frequency Identification based Asset Tracking System
- Notice Date
- 2/27/2024 12:56:11 PM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FA5000 673 CONS LGC JBER AK 99506-2501 USA
- ZIP Code
- 99506-2501
- Solicitation Number
- FY24_Asset_Tracking_System
- Response Due
- 3/8/2024 11:00:00 AM
- Archive Date
- 03/23/2024
- Point of Contact
- Jason P. Topick, Phone: (907) 552-5570, George Strand, Phone: 9075528116
- E-Mail Address
-
jason.topick.1@us.af.mil, george.strand@us.af.mil
(jason.topick.1@us.af.mil, george.strand@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DISCLAIMER:� This sources sought notice is issued for information and planning purposes only.� This is not a Request for Proposal (RFP).� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals nor will any award be made as a result of this sources sought notice.� The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. INTRODUCTION:� The 673d CONS/PKB is currently conducting market research to determine qualified, experienced, and interested potential sources.� The information requested by this sources sought notice will be used within the Air Force to facilitate decision making and will not be disclosed outside the Federal Government.� The 673d Contracting Squadron at Joint Base Elmendorf-Richardson (JBER), Alaska has a requirement to procure a Radio Frequency Identification (RFID) based Tracking System that includes real-time or Wi-Fi Asset Tracking Capability to support the 673d Medical Group. The equipment stated herein will be located at the 673 Medical Group, Joint Base Elmendorf Richardson, Alaska.� The system is intended to help ensure accurate inventory capture, assist in duration (time) to conduct inventories, and assist in contactless inventory for the health and safety of personnel/patients.� The ability to track and visualize the current location and operational status of serialized equipment supporting Military Treatment Facility (MTF). Additional requirements are to provide technical support staff (Help Desk) during normal duty hours, excluding Federal holidays. Preliminary market research indicates that only Conexus, Inc. the manufacturer, developed and owns all proprietary rights to the asset tracking software program known as the Plexus Vision IS, the only bi-directional interface to the Defense Medical Logistics Standard Support (DMLSS) which is the medical equipment master record of accountability for the Defense Health Agency (DHA).� Research indicates that Plexus Vision IS is the only Radio Frequency Identification (RFID), Real-time Location Tracking System (RTLS), that supports a Bi-Directional interface with DMLSS for all accountable assets across the Medical Treatment Facility (MTF). �Only Conexus, Inc. can provide the required proprietary software, unique troubleshooting capability, and system trained technicians necessary for system upgrades.�� NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System (NAICS) code for this acquisition is 541511 � Custom Computer Programming Services; the small business size standard is $34.0 Million. SUBMISSION DETAILS:� All capability statements received within 10 calendars days after date of publication of this notice will be reviewed by the Government and considered.� Statements must be received NLT 2:00pm EST. 08 March 2024. However, a determination by the Government not to compete this proposed contract action, based upon responses to this notice, is solely witihin the discretion of the Government. If your firm desire to submit a capability statement, it should demonstrate the Offeror's experience and expertise to provide the services identified above within the timeframe required without substantial duplication of cost to the Government. The statement shall include business size; ability to perform work; an applicable subcontracting plan; and any other information indicating a legitimate ability to meet the Government's specific requirements.� Statement should not exceed 5 pages in length. Written inquiries may be directed to Jason P. Topick via email at jason.topick.1@us.af.mil.� Oral communications will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/01e29dac4e1749e69bf3210bd5ede679/view)
- Place of Performance
- Address: AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN06978931-F 20240229/240227230053 (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 |