W519TC-24-R-AIT7 -- DRAFT RFP for Automatic Identification Technology-7 (AIT-7)
ID: W519TC24RAIT7Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command-Rock Island, is issuing a draft Request for Proposals (RFP) for the Automatic Identification Technology-7 (AIT-7) project, aimed at acquiring advanced technologies for logistics tracking and monitoring. This procurement focuses on state-of-the-art commercial items, including handheld terminals, barcode scanners, RFID systems, and associated equipment, which are essential for efficient data collection and asset tracking across various DoD operations and partner organizations. The draft RFP is informational only, and interested parties are encouraged to review the attached documents for detailed specifications and requirements, with no proposals being accepted at this time. For further inquiries, potential respondents can contact John Kerch or Benjamin Geringer via email, and they should monitor SAM.gov for updates regarding the formal solicitation release.

    Point(s) of Contact
    Files
    Title
    Posted
    The Automatic Identification Technology-7 (AIT-7) Performance Work Statement (PWS), finalized on July 29, 2024, outlines the requirements for the procurement and implementation of AIT technologies that support logistics tracking and monitoring across various U.S. Department of Defense (DoD) operations. The document specifies the objectives of acquiring advanced technologies, including barcode and Radio Frequency Identification (RFID) systems, with compliance to international standards and protocols, ensuring interoperability among various agencies. Key components include requirements for handheld terminals (HHTs), barcode scanners, printers, and communication devices designed for rugged environments, emphasizing safety in hazardous conditions. There are also stipulations for warranty support, training, documentation, and unique identification of items as per federal regulations. The PWS highlights the need for worldwide geographic support, adherence to quality and safety standards, and documentations such as software maintenance and configuration management. This strategic acquisition initiative aims to enhance operational efficiency within the logistics framework of the DoD and partner organizations through standardization and cutting-edge technology integration. The structured format of the document, with numbered sections and detailed requirements, facilitates clear understanding and compliance for prospective contractors involved in the bidding process.
    The document outlines a Request for Proposal (RFP) related to the procurement of various hand-held barcode terminals and associated equipment. It specifies Contract Line Item Numbers (CLINs) and Sub-Line Item Numbers (SLINs) for products, emphasizing that all items are sold on a Firm Fixed Price (FFP) basis. The offerings include hand-held barcode terminals (HHT-A, HHT-B, HHT-C, HHT-E, HHT-F, HHT-G), chargers, batteries, carrying cases, and barcode imagers for PC input. Additionally, it discusses RFID hardware and barcode label printing software necessary for modern data capture and management systems within government frameworks. The RFP lays out the price matrix model over five contract years, detailing specific requirements for each item, including warranty options and corresponding prices for various years. The overall purpose of this document is to solicit bids for reliable hardware and software solutions that enhance barcode scanning and RFID capabilities, contributing to the efficiency of governmental operations. The RFP's structure facilitates clear bidding procedures while ensuring compliance with federal and state procurement protocols.
    The document outlines the technical proposal for the Automatic Identification Technology 7 (AIT-7) project submitted by ABC Company in response to a federal Request for Proposal (RFP). It details various system and equipment requirements that the offeror must meet, including compliance with Defense Information Standards and specifications for hand-held terminals, barcode scanning devices, and pRFID equipment. The proposal requires bidders to detail their offerings in specified sections of their documents, including the Price Model and Technical Volume, and emphasize the necessity for new equipment, rugged environments, and connectivity stipulations. The document is structured into sections and subsections, highlighting system requirements, equipment specifications, operational environments, and security standards. Each section elaborates on the expectations for products, supporting the overarching goal of ensuring the AIT-7 system's effective operation within government parameters. The expectations for warranty, delivery, and unique identification systems are also specified, illustrating a comprehensive approach to project compliance and execution. This proposal not only accentuates the technical aspects but also emphasizes the importance of adherence to security and operational integrity throughout the project's lifecycle.
    The document outlines a consolidated bill of materials (CBOM) for a government solicitation related to hand-held barcode reading technology and associated devices. It details specific government Contract Line Item Numbers (CLINs) for multiple products including hand-held terminals (HHTs), barcode imagers, label printers, and RFID hardware, specifying model/part numbers, manufacturers, descriptions, and quantities required. Each CLIN highlights various configurations and accessories for different hand-held terminal models, including warranty options, charger types, and specialized attachments. The document also addresses requirements for offerors to complete the CBOM with any additional hardware or software necessary for fulfilling the specified CLINs. The purpose of this CBOM is to guide potential offerors in preparing their bids by providing clarity on requirements and product specifications needed by the government, ensuring compliance with operational needs in the field of barcode scanning and RFID technology. Overall, the document serves as a critical framework for procurement, aiming to enhance efficiency and accuracy in inventory and asset management across government operations.
    The U.S. Government is soliciting proposals for three Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity contracts to be awarded based on this solicitation. Offerors must submit their proposals via email, ensuring that all required documentation is included and the submissions are virus-free. Proposals should be organized into two volumes: Volume 1 for technical aspects and Volume 2 for price, while adhering to strict formatting and submission guidelines. A small business subcontracting plan is mandatory for large businesses, alongside a completed price model outlining proposed costs for contract line item numbers. The evaluation process emphasizes technical acceptability and lowest prices, with the possibility of awarding contracts without further discussions. Offerors are also cautioned against including price information in the technical volume. The document provides numerous instructions regarding proposal format, submission deadlines, and communication protocols, necessitating continuous monitoring of public procurement websites for updates. Ultimately, the solicitation aims to ensure that proposals comply with comprehensive requirements to meet Government standards effectively.
    This document outlines the evaluation factors for contract awards based on a Lowest Price Technically Acceptable (LPTA) source selection as per the Federal Acquisition Regulation (FAR). The U.S. Government (USG) intends to award contracts to up to three proposals that are the lowest in evaluated price and deemed technically acceptable. Key evaluation factors include Technical and Price, with proposals evaluated for compliance with established specifications outlined in the PWS. The process includes compiling a Total Evaluated Price (TEP), assessing technical submissions for acceptability, and confirming pricing is reasonable and balanced. Furthermore, the USG reserves the right to award fewer than three contracts and may conduct discussions for offer refinement if necessary. Ultimately, only offers meeting all requirements and demonstrating technical acceptability will be considered for award, ensuring a focus on cost-effectiveness while maintaining quality standards. This comprehensive approach is essential for transparency and efficiency in government procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Army Accessions Information Environment (AIE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is announcing the procurement opportunity for the Army Accessions Information Environment (AIE). The U.S. Army's Program Executive Office Enterprise Information Systems (PEO EIS) has indicated that a Request for Proposal for the AIE Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract will not be released; instead, future AIE procurement opportunities will be included under the Modern Software Development Multiple Award IDIQ, expected to be awarded in the second quarter of fiscal year 2025. This initiative is crucial for enhancing the Army's information systems and ensuring efficient accessions processes. Interested parties are encouraged to refer to the SAM.gov postings for both the AIE and Modern Software Development IDIQ for further details, and may contact Timothy Volkert at timothy.w.volkert.civ@army.mil or Jennifer A. Darby at jennifer.a.darby3.civ@army.mil for inquiries.
    L3 Harris T7 Multi-Mission Robotic system (T7) Platform
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal, is seeking proposals for a five-year firm-fixed-price contract to supply parts and services for the T7 Multi-Mission Robotic System Platform. This procurement aims to ensure the operational readiness of the T7 platform by providing essential repair, maintenance, and technical support services, specifically targeting L3 Harris Technologies, Inc. The contract, identified as W912CH-24-R-0134, is issued under limited competition authority and includes detailed requirements for hardware delivery, compliance with federal regulations, and adherence to security protocols. Proposals must be submitted electronically by October 10, 2024, with inquiries directed to Katherine Klein at katherine.d.klein2.civ@army.mil or Maj. Safiul Alam at safiul.m.alam.mil@army.mil.
    Digital Soldier Targeting System Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command (DEVCOM) C5ISR Center, is conducting a Request for Information (RFI) to explore innovative technologies for a Digital Soldier Targeting System. The objective is to enhance the capabilities of dismounted Soldiers by integrating advanced digital weapon sights, heads-up displays (HUDs), and other technologies that improve small arms fire accuracy, target tracking, and engagement coordination. This initiative is crucial for improving battlefield effectiveness and operational coordination among dismounted forces. Interested vendors are encouraged to submit their technical capabilities and company information by September 27, 2024, to the C5ISR Center Strategic Engagements Team at usarmy.apg.devcom-c5isr.mbx.rti-industry-engagement@army.mil. This RFI is for informational purposes only and does not constitute a binding solicitation or contract.
    ACC-APG Competitive Opportunities: Edgewood Contracting Division August 2024 update
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Edgewood Contracting Division, is providing an update on upcoming contracting opportunities as of August 2024. This initiative aims to enhance communication with industry stakeholders regarding various Requests for Proposals (RFPs) focused on advanced military medical technologies, including diagnostic tools for distinguishing between bacterial and viral infections, biological sequencing, and chemical detection systems. These procurements are crucial for improving operational capabilities and supporting educational outreach, particularly in STEM fields for Minority Serving Institutions. Interested parties are encouraged to review the attached excel sheet for detailed opportunities and submit any questions via email to the designated point of contact within one week of the posting, noting that all information is subject to change and procurements may be canceled at any time.
    Request for Information for Self-Propelled Howitzer Artillery System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Western Region, is issuing a Request for Information (RFI) to identify and evaluate the maturity of self-propelled howitzer artillery systems. The primary objective is to gather insights on systems that are highly mature and can minimize development time, while also exploring potential future modernization options. This initiative is crucial for ensuring the U.S. Army can secure effective artillery solutions for future operations, particularly in light of ongoing military needs. Interested vendors are encouraged to submit detailed technical information regarding their systems, with responses due to the primary contact, Lisa Crouch, at lisa.m.crouch9.civ@army.mil. Please note that this RFI does not constitute a solicitation for contract awards, and the information collected will be used solely for assessment and planning purposes.
    W519TC24ATACS/SBS
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is seeking sources for the development, delivery, integration, training, and maintenance of Automated Tactical Ammunition Classification Systems (ATACS) and Spent Brass Sorter (SBS) units. The procurement involves the manufacture of up to 40 new ATACS and the recapitalization of up to 10 existing units, along with comprehensive support services for their operation at various locations, both within the continental United States (CONUS) and outside (OCONUS). These systems are critical for the efficient sorting and inspection of small arms ammunition, ensuring compliance with safety and operational standards. Interested parties must submit their capabilities and relevant information by 3:00 PM Central Time on October 7, 2024, to the primary contacts, Elizabeth Epperly and Bridget Kramer, via the provided email addresses.
    MARKER SET,IDENTIFI
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a Marker Set, Identifi, which is essential for item unique identification and valuation. The contract requires compliance with specific military standards, including higher-level contract quality requirements and production lot testing, to ensure the items meet stringent quality and performance specifications. This procurement is critical for maintaining accurate inventory and tracking of military supplies, thereby supporting national defense efforts. Interested vendors should contact James Fleniken at 717-550-3097 or via email at JAMES.FLENIKEN@DLA.MIL for further details, and note that this opportunity is set aside for small businesses.
    RFI: Tactical Fires Radar Technology, Medium Lift Ground-based Radar - DEVCOM-RTI
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking industry input through a Request for Information (RFI) regarding the development of a medium lift ground-based radar system. The primary focus is on systems that emphasize small size, weight, and power (SWaP) while utilizing multi-mode, active electronically scanned array (AESA) technologies for short to medium range missions. This initiative is crucial for enhancing tactical capabilities and operational effectiveness in various military applications. Interested vendors must submit their responses, including comprehensive company and technical information, by September 8, 2024, and can direct inquiries to Glenn W. Downes at glenn.w.downes2.civ@army.mil or Brian McGuire at brian.d.mcguire1.civ@army.mil. The RFI is set to close on September 22, 2024, and participation is encouraged to ensure timely updates on any amendments.
    Anti-Tamper Executive Agent Field Program Office Secure Solutions Form Request for Information
    Active
    Dept Of Defense
    The Department of Defense (DoD) Anti-Tamper Executive Agent (ATEA) is conducting a Request for Information (RFI) to gather insights on current and emerging Anti-Tamper (AT) technologies in preparation for the Secure Solutions Forum (SSF) scheduled for April 1-3, 2025, at Johns Hopkins APL in Maryland. This RFI aims to solicit information regarding the maturity and applicability of various AT technologies, which are critical for safeguarding DoD weapon systems against unauthorized access and tampering. Interested parties are encouraged to submit concise white papers detailing their technologies, with responses due by October 30, 2024; submissions can be classified up to Secret. For further inquiries, respondents may contact the ATEA Contracting Org Box at AFLCMC.ATEAFPO.PK@us.af.mil.
    Lidar Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Lidar equipment, with a focus on Trimble brand instruments, to enhance subsurface utility locating and surveying capabilities. The Request for Proposal (RFP) outlines the need for various ground penetrating radar (GPR) systems and scanning packages, including the LMX200 Enhanced System and the Trimble SX12, which are critical for accurate data collection in government projects. This procurement is particularly significant for ensuring compliance with federal guidelines and improving the efficiency of utility identification and terrain surveying operations. Interested vendors, especially Women-Owned Small Businesses, should direct inquiries to Jason Rice at jason.rice.27@us.af.mil or call 541-885-6496, with a target delivery date set for November 29, 2024.