Radio Frequency Identification based Asset Tracking System

Agency: DEPT OF DEFENSE
State: Alaska
Level of Government: Federal
Category:
Opps ID: NBD00159476825236618
Posted Date: Apr 9, 2024
Due Date: Apr 20, 2024
Solicitation No: FY24_Asset_Tracking_System
Source: Members Only
Follow
Radio Frequency Identification based Asset Tracking System
Active
Contract Opportunity
Notice ID
FY24_Asset_Tracking_System
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
PACIFIC AIR FORCES
Office
FA5000 673 CONS LGC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 09, 2024 10:27 am EDT
  • Original Published Date: Feb 27, 2024 03:56 pm EST
  • Updated Response Date: Apr 20, 2024 02:00 pm EDT
  • Original Response Date: Mar 08, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 05, 2024
  • Original Inactive Date: Mar 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7C21 - IT AND TELECOM - OTHER DATA CENTER FACILITIES PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    AK 99506
    USA
Description View Changes

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); respondents MUST have the Defense Health Agencies (DHA's) authority to operate with Defense Medical Logistics Standard Support (DMLSS) network and permission to interface with DHA's System of Record (SOR) for medical assets. 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. maintains the Authority to Operate on DHA’s DMLSS network with permission to interface with DHA's SOR for medical assets. 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. 20 April 2024. However, a determination by the Government not to compete this proposed contract action, based upon responses to this notice, is solely within the discretion of the Government.



If your firm desires to submit a capability statement, it should first demonstrate Defense Health Agencies (DHA's) authority to operate (ATO) with Defense Medical Logistics Standard Support (DMLSS) network and permission to interface with DHA's System of Record (SOR) for medical assets. Secondly 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.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 907 552 5614 10480 SIJAN AVE STE 242
  • JBER , AK 99506-2501
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 19, 2024[Sources Sought (Updated)] Radio Frequency Identification based Asset Tracking System

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >