award/contract doa7...award/contract 1. this contractis a rated order under dpas (15 cfr 700) rating...

148
AWARD/CONTRACT 1. This Contract Is A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Effective Date 2014APR08 4. Requisition/Purchase Request/Project No. SEE SCHEDULE 5. Issued By Code W52P1J 6. Administered By (If Other Than Item 5) Code S2404A ARMY CONTRACTING COMMAND - RI JULIE L. LAWRENCE ROCK ISLAND, IL 61299-8000 BLDGS 60 & 62 e-mail address: [email protected] DCMA MANASSAS 14501 GEORGE CARTER WAY CHANTILLY VA 20151 7. Name And Address Of Contractor (No., Street, City, County, State and Zip Code) SAVI TECHNOLOGY, INC. 3601 EISENHOWER AVE. SUITE 280 ALEXANDRIA, VA 22304-6457 8. Delivery FOB Origin X Other (See Below) 9. Discount For Prompt Payment 10. Submit Invoices (4 Copies Unless Otherwise Specified) To The Address Shown In: Item 12 Code 0J463 Facility Code 11. Ship To/Mark For Code 12. Payment Will Be Made By Code HQ0338 SEE SCHEDULE DFAS-COLUMBUS CENTER SOUTH ENTITLEMENT OPERATIONS P.O. BOX 182264 COLUMBUS OH 43218-2264 13. Authority For Using Other Than Full And Open Competition: 10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) 14. Accounting And Appropriation Data 15A. Item No. 15B. Supplies/Services 15C. Quantity 15D. Unit 15E. Unit Price 15F. Amount SEE SCHEDULE 15G. Total Amount Of Contract $0.00 16. Table Of Contents (X) Sec. Description Page(s) (X) Sec. Description Page(s) Part I - The Schedule Part II - Contract Clauses X A Solicitation/Contract Form 1 X I Contract Clauses X B Supplies or Services and Prices/Costs Part III - List Of Documents, Exhibits, And Other Attachments X C Description/Specs./Work Statement X J List of Attachments D Packaging and Marking Part IV - Representations And Instructions X E Inspection and Acceptance K Representations, Certifications, and Other Statements of Offerors X F Deliveries or Performance X G Contract Administration Data L Instrs., Conds., and Notices to Offerors X H Special Contract Requirements M Evaluation Factors for Award Contracting Officer Will Complete Item 17 (Sealed-Bid or Negotiated Procurement) Or 18 (Sealed-Bid Procurement) As Applicable 17. X Contractor’s Negotiated Agreement (Contractor is required to sign this document and return 2 signed copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified above and on any continuation sheets for the consideration stated herein. The rights and obligations of the parties to this contract shall be subject to and governed by the following documents: (a) this award/contract, (b) the solicitation, if any, and (c) such provisions, representations, certifications, and specifications, as are attached or incorporated by reference herein. (Attachments are listed herein.) 18. Sealed-Bid Award (Contractor is not required to sign this document.) Your bid on Solicitation Number , including the additions or changes made by you which additions or changes are set forth in full above, is hereby accepted as to the items listed above and on any continuation sheets. This award consummates the contract which consists of the following documents: (a) the Government’s solicitation and your bid, and (b) this award/contract. No further contractual document is necessary. (Block 18 should be checked only when awarding a sealed-bid contract.) 19A. Name And Title Of Signer (Type Or Print) 20A. NameOf Contracting Officer JUSTIN D. TRINE [email protected] (309)782-5096 19B. Name of Contractor By (Signature of person authorized to sign) 19c. Date Signed 20B. United States Of America By **REPRINT** (2014 NOV 24) (Signature of Contracting Officer) 20C. Date Signed 2014APR08 (ORIGINAL) 2014NOV24 (REPRINT) AUTHORIZED FOR LOCAL REPRODUCTION Standard Form 26 (Rev. 5/2011) Previous edition is NOT usable Prescribed By GSA - FAR (48 CFR) 53.214(a) W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 1

Upload: others

Post on 29-May-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

 

AWARD/CONTRACT 1. This Contract Is A Rated Order

Under DPAS (15 CFR 700)Rating DOA7 Page Of Pages

2. Contract (Proc. Inst. Ident.) No.  

W52P1J-14-D-0014

3. Effective Date 

2014APR08

4. Requisition/Purchase Request/Project No. 

SEE SCHEDULE

5. Issued By Code W52P1J 6. Administered By (If Other Than Item 5) Code S2404A

ARMY CONTRACTING COMMAND - RI JULIE L. LAWRENCE ROCK ISLAND, IL 61299-8000 BLDGS 60 & 62

  

e-mail address: [email protected]

DCMA MANASSAS

14501 GEORGE CARTER WAY

CHANTILLY VA 20151

7. Name And Address Of Contractor (No., Street, City, County, State and Zip Code) 

SAVI TECHNOLOGY, INC.

3601 EISENHOWER AVE. SUITE 280

ALEXANDRIA, VA 22304-6457

8. Delivery 

FOB Origin X Other (See Below)

9. Discount For Prompt Payment

10. Submit Invoices(4 Copies Unless Otherwise Specified)

To The Address Shown In:

Item

12 Code 0J463 Facility Code11. Ship To/Mark For Code   12. Payment Will Be Made By Code HQ0338

SEE SCHEDULE DFAS-COLUMBUS CENTER

SOUTH ENTITLEMENT OPERATIONS P.O. BOX 182264 COLUMBUS OH 43218-2264

13. Authority For Using Other Than Full And Open Competition:

10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( )

14. Accounting And Appropriation Data

15A. Item No. 15B. Supplies/Services 15C. Quantity 15D. Unit 15E. Unit Price 15F. AmountSEE SCHEDULE        

15G. Total Amount Of Contract $0.00

16. Table Of Contents  

(X) Sec. Description Page(s) (X) Sec. Description Page(s)Part I - The Schedule Part II - Contract Clauses

X A Solicitation/Contract Form 1 X I Contract Clauses

X B Supplies or Services and Prices/Costs Part III - List Of Documents, Exhibits, And Other AttachmentsX C Description/Specs./Work Statement X J List of Attachments

  D Packaging and Marking Part IV - Representations And InstructionsX E Inspection and Acceptance   K Representations, Certifications, and

Other Statements of Offerors  

X F Deliveries or Performance

X G Contract Administration Data L Instrs., Conds., and Notices to OfferorsX H Special Contract Requirements M Evaluation Factors for Award

Contracting Officer Will Complete Item 17 (Sealed-Bid or Negotiated Procurement) Or 18 (Sealed-Bid Procurement) As Applicable  

17. X Contractor’s Negotiated Agreement (Contractor is required to sign this document and return2 signedcopies to issuing office.) Contractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified above and on any continuation sheets for the consideration stated herein. The rights and obligations of the parties to this contract shall be subject to and governed by the following documents: (a) this award/contract, (b) the solicitation, if any, and (c) such provisions, representations, certifications, and specifications, as are attached or incorporated by reference herein. (Attachments are listed herein.)

18. Sealed-Bid Award (Contractor is not required to sign this document.) Your bid on Solicitation Number , including the additions or changes made by you which additions or changes are set forth in full above, is hereby accepted as to the items listed above and on any continuation sheets. This award consummates the contract which consists of the following documents: (a) the Government’s solicitation and your bid, and (b) this award/contract. No further contractual document is necessary. (Block 18 should be checked only when awarding a sealed-bid contract.)

19A. Name And Title Of Signer (Type Or Print) 20A. Name Of Contracting Officer

 JUSTIN D. TRINE [email protected] (309)782-5096

19B. Name of Contractor  

By

(Signature of person authorized to sign)

19c. Date Signed 20B. United States Of America 

By **REPRINT** (2014 NOV 24)

(Signature of Contracting Officer)

20C. Date Signed 

2014APR08 (ORIGINAL)2014NOV24 (REPRINT)

AUTHORIZED FOR LOCAL REPRODUCTION Standard Form 26 (Rev. 5/2011) Previous edition is NOT usable Prescribed By GSA - FAR (48 CFR) 53.214(a)

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 1

julie.l.lawrence
Typewritten Text
5
julie.l.lawrence
Typewritten Text
102
julie.l.lawrence
Typewritten Text
103
julie.l.lawrence
Typewritten Text
105
julie.l.lawrence
Typewritten Text
112
julie.l.lawrence
Typewritten Text
114
julie.l.lawrence
Typewritten Text
129
julie.l.lawrence
Typewritten Text
148
Page 2: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 2

Page 3: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page of REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

SECTION A - SUPPLEMENTAL INFORMATION

THE FOLLOWING MODIFICATIONS HAVE BEEN INCORPORATED

P00001

P00002

P00003

P00004

P00005

P00006

 Buyer Name: JULIE L. LAWRENCE

Buyer Office Symbol/Telephone Number: CCRC-TB/(309)782-4529

Type of Contract: Firm Fixed Price

Kind of Contract: Supply Contracts and Priced Orders

Type of Business: Other Small Business Performing in U.S.

Surveillance Criticality Designator: C Contract Expiration Date: 2017APR07 Note: If there are any discrepancies between the fully executed base contract and fully executed modifications and this conformed copy, those fully executed documents signed by both parties will take precedence.

   Active Radio Frequency Identification IV (aRFID-IV)

Contract# W52P1J-14-D-0014

 1. Award. In support of Product Director Automated Movement and Identification Solutions (PD AMIS) mission, the U.S. Army

Contracting Command Rock Island (ACC-RI) hereby awards contract NO. W52P1J-14-D-0014 to Savi Technology, Inc. (Savi), Cage Code

0J463 (Date of Award: 08 APR 2014). This single award contract is Firm Fixed Price (FFP), Indefinite Delivery/Indefinite

Quantity (IDIQ) with reimbursable CLINs for Other Direct Costs (ODC) and Travel.

 This contract vehicle is decentralized. All Federal Contracting Officers are delegated procurement authority to place Task

Orders/Delivery Orders against this aRFID-IV FFP IDIQ contract. All Contracting Officers seeking to place orders against the

contract shall agree to comply with the terms and conditions of the base contract.

 In this decentralized contract vehicle, Savi will provide aRFID hardware, software, documentation, and incidental services to authorized

Government users worldwide. The incidental services include training, warranty, and technical engineering services (TES).

 The aRFID-IV hardware and software purchased under this contract will be ISO/IEC 18000-7:2008 compliant. The TES available will

provide turnkey solutions for integrating a user's existing Automated Identification Technology (AIT) and Passive RFID (pRFID)

with the aRFID technology. In addition, TES includes Installation, De-installation, and Relocation of aRFID-IV components:

Middleware Development Services; Commercially available Middleware; and Software Development Services. Delivery of the products

and performance of the services

will be worldwide

 2. Period of Performance (PoP). The PoP of this aRFID-IV contract includes a three (3) year base Ordering Period, with two (2) evaluated

Option Periods. The PoP is outlined below:

 Base Ordering Period: 08 APR 2014 through 07 APR 2017

Option Period 1 (if exercised): 08 APR 2017 through 07 APR 2018

Option Period 2 (if exercised): 08 APR 2018 through 07 APR 2019

 3. Guaranteed Minimum. The guaranteed minimum dollar value of this contract is $40,000.00. The maximum value for the entire

procurement is $102,000,000.00. There is no guarantee that the Government will order the maximum value under this procurement.

Contract award does not obligate the Government to place additional orders beyond the guaranteed minimum amount.

 4. Post Award Product Testing Process. Savi is subject to the Post Award Product Testing Process (Sect. J, Attachment 0015). All

self- certified ISO 18000-7:2008 compliant products will be evaluated by PD AMIS to verify and validate form, fit, and function.

Any CLIN/SLINs that are not available for order, due to pending testing results, are labeled as such in Section B. At this time

(through P00006) the following CLINs are in "Reserve/Pending Post Award Testing Status": 0005AD, 0005EA, 0005EB, 0005FA, 0006AD,

0006EA, 0006EB, and 0006FA.

 5. Performance Work Statement. Performance for this contract shall be performed in accordance with (IAW) the "Performance Work Statement (PWS)" (Sect. J, Attachment 0022).

 

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 3

Page 4: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page of REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

  6. CLIN/SLIN Structure and Pricing.

 6.1 The CLIN/SLIN structure and pricing for this contract is outlined in Sect. B, Supplies or Services and Prices/Costs. CLIN/SLIN

descriptions include model numbers and all correlating ancillary items.

 6.2 Prices are on a FOB Destination basis and in U.S. currency.

 6.3 Government Ordering Officers shall issue Requests for Proposal(s) to Savi for individual Task Orders/TES Projects.

Each individual Task Order will be accompanied by its own unique Task Order PWS that will align with the Base

Contract's CLIN/SLIN structure for products, labor categories, and other direct costs.

 7. Special Contract Requirements. See Sect. H, Special Contract Requirements.  8. CONUS/OCONUS. Performance of this contract can be Continental United States (CONUS) or Outside the Continental United States

(OCONUS). Additional clauses required to perform OCONUS shall be added at the Task Order level.

 9. Trade Agreements Act (TAA). This procurement is subject to the Trade Agreements Act (TAA). For the purpose of the

applicability of the Trade Agreements Act, end products in this procurement are at the level of the CLIN/SLIN. In addition, note

that due to a change in regulation, U.S. made end products are no longer subject to application of a 50% penalty.

 10. Invoice Instructions:

 10.1 Invoices are to be submitted through the Wide Area Workflow (WAWF) system. Savi must have the ability to comply with

DFARS Clause 252.246-7000, Material Inspection and Receiving Report and DFARS 252.232-7003, Electronic Submission of

Payment Requests. Savi must be capable of accepting electronic fund payment.

 10.2 Orders shall be awarded and invoiced per the appropriate CLIN/SLIN(s) as listed in Section B.

 10.3 Payments made against this contract will be paid in U.S. currency.

 10.4 Defense Finance and Accounting Service (DFAS) Columbus Center South, DoDAAC HQ0338, is the designated payment

office for Delivery Orders/Task Orders. Note: an alternate DFAS office can only be used if the Government Ordering

Contracting Officer authorizes the use on an individual order.

 11. Ordering. All orders against this decentralized contract vehicle shall be issued IAW the terms and conditions in this Base

Contract. Ordering Procedures are outlined in Sect. H, Special Contract Requirements. In addition, an Ordering Guide for

Government Contracting Officers can be found on the PD AMIS website, http://www.ait.army.mil/Contracts.

 12. Government Points of Contacts

 Procuring Contracting Officer (PCO):

Justin D. Trine (ACC-RI)

E-mail: [email protected] PH: 309-782-5096

 Contract Specialist:

Julie Lawrence (ACC-RI)

E-mail: [email protected]

PH: 309-782-4529

 Contracting Officer Representative (COR):

Rebecca Heise (PD AMIS)

E-mail: [email protected] PH: 703-545-2980

  

*** END OF NARRATIVE A0001 ***

 

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 4

Page 5: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page of REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

SUMMARY OF CLIN STRUCTURE IS AS FOLLOWS:

BASE YEAR CLINS (36 Months)  HARDWARE:

0001 Active RFID - Fixed Interrogators

0002 Non-Incendive Active Hand-Held RFID Interrogator (HHI)

0003 Reserved

0004 RFID Interrogator POD

0005 Active RFID Transponders (ISO 18000-7:2008)

0006 Active RFID Transponders (ISO 18000-7:2008) w/ DLA Labels

0007 RF Relay

0008 RFID Satellite Communication Equipment

0009 RFID Satellite Communication Service

0010 Real Time Locating System (RTLS)

0011 Portable Deployment Kit (PDK)

0012 Portable Bar Code Printer

0013 Satellite Transponders

 APPLICATION SOFTWARE:

0014 Application Software

 LABOR:

0015 Technical Engineering Services (TES)

 TRAINING:

0016 Training

 RESERVED:

0017 - Thru 0022

 OTHER DIRECT COSTS:

0023 Expedited Delivery (as it relates to Hardware and Software)

0024 Incidental Materials (as it relates to TES)

0025 Travel and Per Diem (as it relates to TES)

0026 Contract Manpower Reporting (CMR)/Not Separately Priced(NSP)/Army Services Requirement

 OPTION PERIOD 1 CLINS (12 Months), if Exercised

 HARDWARE:

1001 Active RFID - Fixed Interrogators

1002 Non-Incendive Active Hand-Held RFID Interrogator (HHI)

1003 Reserved

1004 RFID Interrogator POD

1005 Active RFID Transponders (ISO 18000-7:2008)

1006 Active RFID Transponders (ISO 18000-7:2008) w/ DLA Labels

1007 RF Relay

1008 RFID Satellite Communication Equipment

1009 RFID Satellite Communication Service

1010 Real Time Locating System (RTLS)

1011 Portable Deployment Kit (PDK)

1012 Portable Bar Code Printer

1013 Satellite Transponders

 APPLICATION SOFTWARE:

1014 Application Software

 LABOR:

1015 Technical Engineering Services (TES)

 TRAINING:

1016 Training

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 5

Page 6: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page of REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

RESERVED:

1017 - Thru 1022

 OTHER DIRECT COSTS:

1023 Expedited Delivery (as it relates to Hardware and Software)

1024 Incidental Materials (as it relates to TES)

1025 Travel and Per Diem (as it relates to TES)

1026 Contract Manpower Reporting(CMR)/Not Separately Priced(NSP)/Army Services Requirement

 OPTION PERIOD 2 CLINS (12 Months), if Exercised

 HARDWARE:

2001 Active RFID - Fixed Interrogators

2002 Non-Incendive Active Hand-Held RFID Interrogator (HHI)

2003 Reserved

2004 RFID Interrogator POD

2005 Active RFID Transponders (ISO 18000-7:2008)

2006 Active RFID Transponders (ISO 18000-7:2008) w/ DLA Labels

2007 RF Relay

2008 RFID Satellite Communication Equipment

2009 RFID Satellite Communication Service

2010 Real Time Locating System (RTLS)

2011 Portable Deployment Kit (PDK)

2012 Portable Bar Code Printer

2013 Satellite Transponders

 APPLICATION SOFTWARE:

2014 Application Software

 LABOR:

2015 Technical Engineering Services (TES)

 TRAINING:

2016 Training

 RESERVED:

2017 - Thru 2022

 OTHER DIRECT COSTS:

2023 Expedited Delivery (as it relates to Hardware and Software)

2024 Incidental Materials (as it relates to TES)

2025 Travel and Per Diem (as it relates to TES)

2026 Contract Manpower Reporting (CMR)/Not Separately Priced(NSP)/Army Services Requirement

    

*** END OF NARRATIVE B0001 ***

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 6

Page 7: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 20 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

  0001 ACTIVE RFID - FIXED INTERROGATORS

CLIN CONTRACT TYPE:

Firm Fixed Price

   0001AA Fixed Interrogator Model SR-650-101-WW-3CN:ISO-GPS, Fixed Interrogator, GPS Enabled - Includes User documentation, bundled w/ installation CD for tag commissioning and read software applications, include software development kit, Interrogator Configuration Tool and CAI compliant MS Windows Driver. Include AC and DC power cords, RS 485 cable (100 foot) and CAT 5e cable (100 foot). 3-year warranty. $1,038.95   0001AB Fixed Interrogator Model SR-650-101-WW-4- CN:ISO-GPS, Fixed Interrogator, GPS Enabled-

Includes User documentation, bundled w/ installation

CD for tag commissioning and read software

applications, include software development kit,

Interrogator Configuration Tool and CAI compliant MS

Windows Driver. Include AC and DC power cords, RS

485 cable (100 foot) and CAT 5e cable (100 foot). 4-

year warranty. $1,181.81

  0001AC Fixed Interrogator Model SR-650-101-WW-5CN:ISO-GPS, Fixed Interrogator, GPS Enabled - Includes User documentation, bundled w/ installation CD for tag commissioning and read software applications, include software development kit , Interrogator Configuration Tool and CAI compliant MS Windows Driver. Include AC and DC power cords, RS 485 cable (100 foot) and CAT 5e cable (100 foot). 5-

year warranty. $1,336.35

  0001AD Mounting Structure Model ACC- 1006(industrial tripod with stakes and tie down

cables). $480.00

  0001AE Mounting Kit Model SRA-1024(able to attach to tripod or fixed structure).

$150.24

  0001AF Fixed Interrogator Replacement Model SRA-1006, AC/DC Power Cables. $144.00   0001AG Fixed Interrogator Replacement Model SRA-1201, AC/DC Vehicle Power Cable. $60.00 (End of narrative B001)

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 7

Page 8: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 21 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

  0002

NON-INCENDIVE ACTIVE HAND-HELD RFID INTERROR.

CLIN CONTRACT TYPE:

Firm Fixed Price

  0002AA Ruggedized HHI w/ a GFE Model CK70-KIT-C-532-3, Intermec CK70 based Ruggedized HHI includes GPS w/ a GFE application that can commission, read, and query transponders. Includes desktop dock/universal charger w/U.S. power cord, 2 batteries, USB-A to USB-B 2 meter cable, RFID POD, RS-

232 boot, FIPS Client, 2GB SD drive, holster, CAC

authentication support along w/ standard capabilities

including barcode imager and communications via Wi-

Fi. Device will support transient data storage as

well as synchronization w/ the RF-ITV server wireless

or PC sync. 3 Year Warranty. $5,053.20

  0002AB Ruggedized HHI w/ a GFE Model CK70-KIT-C-532-4, Intermec CK70 based Ruggedized HHI includes GPS w/a GFE application that can commission, read, and query transponders. Includes desktop dock/universal charger w/U.S. power cord, 2 batteries, USB-A to USB-B 2 meter cable, RFID POD, RS-

232 boot, FIPS Client, 2GB SD drive, holster, CAC

authentication support along w/ standard capabilities

including, barcode imager, and communications via Wi-

FI. Device will support transient data storage as

well as synchronization w/ the RF-ITV server wireless

or PC sync. 4 Year Warranty. $5,151.60

  0002AC Ruggedized HHI w/ a GFE Model CK70-KIT-C-532-5, Intermec CK70 based Ruggedized HHI includes GPS w/ a GFE application that can commission, read, and query transponders. Includes desktop dock/universal charger w/U.S. power cord, 2 batteries, USB-A to USB-B 2 meter cable, RFID POS, RS-

232 boot, FIPPS Client, 2GB SD drive, holster, CAC

authentication support along w/ standard capabilities

including barcode imager and communications via Wi-

Fi. Device will support transient data storage as

well as synchronization w/ the RF-ITV server wireless

or PC sync. 5 Year Warranty. $5,496.25

  0002AD HHI Holster or Belt Clip Model

SMRA-CK70-04, HHI Holster. $72.00   0002AE HHI Replacement Battery

Charger Model SMRA-CK-70-01, HHI Replacement

Battery Charger Desktop Dock. $168.84

  0002AF HHI Replacement AC Power AdapterModelSMRA-CK70-08, HHI Replacement AC Power Adapter + Power Cables. $69.00

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 8

Page 9: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 22 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

             0003

        0004

                                       0005

 

 0002AG HHI Replacement Rechargeable

Battery Model SMRA-CK70-06, HHI Replacement

Rechargeable Battery. $156.00

 (End of narrative B001)

      RESERVED

  CLIN CONTRACT TYPE:

Firm Fixed Price

 

 

RFID INTERROGATOR POD

CLIN CONTRACT TYPE:

Firm Fixed Price

   0004AA RFID POD Model SMR-650-218-3 CN:ISO, RFID POD w/ 9 ft. USB cable, User documentation,

bundled w/ installation CD for tag commissioning and

read software applications, includes software

development kit, Interrogator Configuration Tool and

CAI compliant MS Windows Driver. 3-year warranty.

$324.19   0004AB RFID POD Model SMR-650-218-4 CN:ISO, RFID POD w/ 9 ft. cable, User documentation, bundled

w/ installation CD for tag commissioning and read

software applications, include software development

kit, Interrogator Configuration Tool and CAI

compliant MS Windows Driver. 4-year warranty.

$333.91   0004AC RFID POD Model SMR-650-218-5 CN:ISO, RFID POD with 9 ft. USB cable, User documentation,

bundled w/ installation CD for tag commissioning and

read software applications, include software

development kit, Interrogator Configuration Tool and

CAI compliant MS Windows Driver. 5-year warranty.

$343.93  

(End of narrative B001)

   ACTIVE RFID TRANSPONDERS (ISO 18000-7:2008)

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 9

Page 10: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 23 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

  CLIN CONTRACT TYPE:

Firm Fixed Price

   0005AA License Plate Transponder Model ST-621-030, License Plate Transponder - Electronic

Identification w/ no user writeable data memory.

$23.00  Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$22.50 5,001-10,000 90 Days

$21.91 10,001-15,000 120 Days

$21.80 >15,001 120 Days

  0005AB License Plate Transponder w/ bracket Model ST-621-030 CN:MB, License Plate Transponder w/ bracket - Electronic Identification w/ no user writeable data memory. $24.00  Quantity Discount Based on Delivery Schedule Provided as follows:

 Rate Qty Delivery

$23.50 5,001-10,000 90 Days

$22.90 10,001-15,000 120 Days

$22.79 >15,001 120 Days

  0005AC License Plate Transponder w/

magnetic bracket Model ST-621-030 CN:MM, License Plate Transponder w/ magnetic bracket -

Electronic Identification w/ no user writeable

data memory. $32.00

 Quantity Discount Based on Delivery Schedule Provided as follows:

 Rate Qty Delivery

$31.50 5,001-10,000 90 Days

$30.86 10,001-15,000 120 Days

$30.71 >15,001 120 Days

  0005AD License Plate Door Mounted

Container_Transponder Model ST-626-030, License Plate Transponder Door Mounted Container

- Electronic Identification w/ no user writeable

data memory. $87.00

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$86.50 5,001-10,000 90 Days

$85.59 10,001-15,000 120 Days

$85.16 >15,001 120 Days

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 10

Page 11: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 24 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

 0005BA Asset Transponder (2K memory) Model ST-618-030, Asset Transponder (2K memory) - Electronic Identification w/ user writeable data memory. $24.00   0005BB Asset Transponder (2K memory) w/ bracket Model ST-618-030 CN:MB, Asset Transponder (2K memory)w/bracket - Electronic Identification w/ user writeable data memory. $26.00   0005BC Asset Transponder (2K memory) w/ magnetic bracket Model ST-618-030 CN:MM, Asset Transponder (2K memory) w/ magnetic bracket - Electronic Identification w/ user writeable data memory. $33.00   0005CA Asset Transponder w/ Non-

Replaceable_Battery (2KB memory) Model ST-616-031, Asset Transponder w/ Non-

Replaceable Battery. $24.00

 0005DA Door Mounted Data Rich Container

Transponder (256 KB memory) Model ST-656-040, Door Mounted Data Rich Container Transponder

(256 KB memory) - Electronic Identification w/ user

writeable data memory. $97.00

 Quantity Discount Based on Delivery Schedule Provided as follows:

 Rate Qty Delivery

$96.50 5,001-10,000 90 Days

$95.54 10,001-15,000 120 Days

$95.06 >15,001 120 Days

  0005DB Data Rich Transponder (256 KB

memory) Model ST-654-041, Data Rich Transponder (256 KB memory)Electronic Identification w/ user

writeable data memory. $37.00

 Quantity Discount Based on Delivery Schedule Provided as follows:

 Rate Qty Delivery

$36.50 5,001-10,000 90 Days

$35.84 10,001-15,000 120 Days

$35.66 >15,001 120 Days

 0005DC Data Rich Transponder (256 KB

memory) w/ bracket Model ST-654-041 CN:MB, Data Rich Transponder (256 KB memory) w/ bracket -

Electronic

Identification w/ user writeable data memory. $40.00

 Quantity Discount Based on

Delivery Schedule Provided as follows:

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 11

Page 12: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 25 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

 Rate Qty Delivery

$39.50 5,001-10,000 90 Days

$38.82 10,001-15,000 120 Days

$38.63 >15,001 120 Days

  0005DD Data Rich Transponder (256 KB

memory) w/ magnetic bracket Model ST-654-041 CN:MM, Data Rich Transponder (256 KB memory) w/

magnetic bracket - Electronic Identification w/ user

writeable data memory. $46.00

 Quantity Discount Based on Delivery Schedule Provided as follows:

 Rate Qty Delivery

$45.50 5,001-10,000 90 Days

$44.79 10,001-15,000 120 Days

$44.57 >15,001 120 Days

  0005EA RESERVE / "PENDING POST AWARD

TESTING" STATUS (NOT AVAILABLE FOR

ORDER) Sensor Transponder (256K memory

minimum) Model ST-674-040, Sensor Transponder

(256K memory minimum) Electronic Identification plus

temperature, humidity, shock monitoring/logging.

$99.00

  0005EB RESERVE / "PENDING POST AWARD

TESTING" STATUS (NOT AVAILABLE FOR

ORDER) Sensor Transponder (256K memory

minimum)w/ bracket Model ST-674-040 CN:MB,

Sensor Transponder (256K memory minimum) w/ bracket

- Electronic Identification plus temperature,

humidity, shock monitoring/logging.

$101.00   0005EC Sensor Transponder (256K memory

minimum) w/ magnetic bracket Model ST-674-040 CN:MM, Sensor Transponder (256K memory minimum)

w/ magnetic bracket

       

(256K memory minimum) Model ST-675-040, Door Mounted

Container Intrusion Detection Transponder (256K

memory minimum) GPS Enabled - Electronic

Identification plus condition monitoring and logging,

event detection. $145.00

  0005GA Transponder write cable

standard USB to mini USB Model STA-1032, Transponder write cable standard USB to mini USB.

$4.50

 (End of narrative B001)

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 12

Page 13: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 26 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

   0006

 ACTIVE RFID TRANSPONDERS (ISO 18000-7008)

WITH DLA LABEL

CLIN CONTRACT TYPE:

Firm Fixed Price

   0006AA License Plate Transponder Model ST-621-030-NSN, License Plate Transponder w/ DLA label - Electronic Identification w/ no user writeable data memory. $24.00  Quantity Discount Based on Delivery Schedule Provided as follows:

 Rate Qty Delivery

$23.50 5,001-10,000 90 Days

$22.90 10,001-15,000 120 Days

$22.79 >15,001 120 Days

  0006AB License Plate Transponder w/ bracket Model ST-621-030-NSN CN:MB, License Plate Transponder w/ bracket w/ DLA label - Electronic Identification w/ no user writeable data memory. $25.00

 Quantity Discount Based on Delivery Schedule Provided as follows:

 Rate Qty Delivery

$24.50 5,001-10,000 90 Days

$23.90 10,001-15,000 120 Days

$23.78 >15,001 120 Days

  0006AC License Plate Transponder w/

magnetic bracket Model ST-621-030-NSN CN:MM, License Plate Transponder w/ magnetic bracket w/

DLA label - Electronic Identification w/ no user

writeable data memory. $33.00

 Quantity Discount Based on Delivery Schedule Provided as follows:

 Rate Qty Delivery

$32.50 5,001-10,000 90 Days

$31.86 10,001-15,000 120 Days

$31.70 >15,001 120 Days

  0006AD License Plate Door Mounted

Container Transponder Model ST-626-030-NSN, License Plate Door Mounted Container Transponder w/

DLA Label - Electronic Identification w/ no user

writeable data memory. $88.00

  0006BA Asset Transponder (2K memory) Model ST-618-030-NSN, Asset Transponder (2K memory) w/ DLA

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 13

Page 14: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 27 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

label - Electronic Identification w/ user writeable data memory. $25.00

 

 0006BB Asset Transponder (2K memory) w/ bracket Model ST-618-030-NSN CN:MB, Asset Transponder (2K memory) w/ bracket w/ DLA label - Electronic Identification w/ user writeable data memory. $27.00   0006BC Asset Transponder (2K memory)

w/ magnetic bracket Model ST-618-030-NSN CN:MM, Asset Transponder (2K memory) w/ magnetic

bracket w/ DLA label - Electronic Identification w/

user writeable data memory. $34.00

  0006CA Asset Transponder w/ Non-

Replaceable Battery (2KB memory) Model ST-616-031-NSN, Asset Transponder w/ Non-

Replaceable Battery w/ DLA label (2KB memory).

$25.00

  0006DA Door Mounted Data Rich Container

Transponder (256 KB memory) Model ST-656-040-NSN, Door Mounted Data Rich Container

Transponder (256 KB memory) w/ DLA Label -

Electronic Identification w/ user writeable data

memory. $98.00

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$97.50 5,001-10,000 90 Days

$96.53 10,001-15,000 120 Days

$96.05 >15,001 120 Days

  0006DB Data Rich Transponder (256 KB

memory) w/ DLA label Model ST-654-041-NSN, Data Rich Transponder (256 KB memory) w/ DLA label –

Electronic Identification w/ user writeable data

memory. $38.00

 CLIN 0006DB

Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$37.50 5,001-10,000 90 Days

$36.83 10,001-15,000 120 Days

$36.65 >15,001 120 Days

 0006DC Data Rich Transponder (256 KB

memory) w/ bracket Model ST-654-041-NSN CN:MB, Data Rich Transponder (256 KB memory) w/ bracket w/

DLA label - Electronic Identification w/ user

writeable data memory. $41.00

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 14

Page 15: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 28 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                                              

 Rate Qty Delivery $40.50 5,001-10,000 90 Days $39.82 10,001-15,000 120 Days $39.62 >15,001 120 Days  0006DD Data Rich Transponder (256 KB

memory) w/ magnetic bracket Model ST-654-

041-NSN CN:MM, Data Rich Transponder (256 KB

memory) w/ magnetic bracket w/ DLA label -

Electronic Identification w/ user writeable

data memory. $47.00

 Quantity Discount Based on Delivery Schedule Provided as follows:

 Rate Qty Delivery $46.50 5,001-10,000 90 Days $45.79 10,001-15,000 120 Days $45.56 >15,001 120 Days

 0006EA RESERVE / "PENDING POST AWARD

TESTING" STATUS (NOT AVAILABLE FOR

ORDER)Sensor Transponder (256K memory minimum)

Model ST-674-040- NSN , Sensor Transponder

(256K memory minimum) w/ DLA label -

Electronic Identification plus temperature,

humidity, shock monitoring/logging. $100.00

 0006EB RESERVE / "PENDING POST AWARD

TESTING" STATUS (NOT AVAILABLE FOR ORDER)

Sensor Transponder (256K memory minimum)w/

bracket Model ST-674-040-NSN CN:MB, Sensor

Transponder (256K memory minimum) w/ bracket

w/ DLA label - Electronic Identification plus

temperature, humidity, shock

monitoring/logging. $102.00

 0006EC RESERVE / "PENDING POST AWARD

TESTING" STATUS (NOT AVAILABLE FOR ORDER)

Sensor Transponder (256K memory minimum) w/

magnetic bracket Model ST-674-040-NSN CN:MM,

Sensor Transponder (256K memory minimum) w/

magnetic bracket w/ DLA label - Electronic

Identification plus temperature, humidity,

shock monitoring/logging. $110.00

 

0006FA RESERVE / "PENDING POST AWARD PRODUCT

TESTING” STATUS (NOT AVAILABLE FOR ORDER) Model

ST-675-040-NSN (NSN: 016312568) Door Mounted

Container Intrusion Detection GPS Enabled

Transponder (256K memory minimum) w/DLA label

- Electronic Identification plus condition

monitoring and logging, event detection.

$146.00

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 15

Page 16: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 29 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0007 

 

  RF RELAY CLIN

CONTRACT TYPE:

Firm Fixed Price

  0007AA Radio Frequency Relay (RFR) Model RFR-300-031-3, Fortress Radio Frequency Relay (RFR) -Allows wireless separation of fixed interrogator and FDU, includes Fortress Technologies RF Relay, Bundled Antenna, North American VAC Power and Plug, 3 year warranty. $5,745.51   0007AB Radio Frequency Relay (RFR) Model RFR-300-031-4, Fortress Radio Frequency Relay (RFR) -Allows wireless separation of fixed interrogator and FDU, includes Fortress Technologies RF Relay, Bundled Antenna, North American VAC Power and Plug, 4 year warranty. $6,566.30   0007AC Radio Frequency Relay (RFR) Model RFR-300-031-5, Fortress Radio Frequency Relay (RFR) -Allows wireless separation of fixed interrogator and FDU , includes Fortress Technologies RF Relay, Bundled Antenna, North American VAC Power and Plug, 5 year warranty. $7,387.08   0007AD RFR Mounting Structure Model

ACC-1006, RFR Mounting Structure. $480.00

  0007AE RFR Mounting Kit Model RFRA-300-034,

RFR Mounting Kit. $55.00

  0007AF RFR Battery Charger Model ACC-3012

Battery Charger for ES-1403, RFR Battery Charger.

$139.20   0007AG RFR AC/DC Power Adapters (when

required for operation) Model RFRA-300-031 RFR Outdoor AC/DC Power Adapter, RFR AC/DC Power

Adapters (when required for operation). $154.00

  0007AH RFR DC Power Adapters and

Cables(Vehicle) Model RFRA-300-032 RFR DC Vehicle Cable, RFR DC Power Adapters and Cables

(Vehicle). $62.70

  0007AJ RFR Rechargeable Battery Model ES-1403 Gel Cell Battery, RFR Rechargeable Battery. $368.50 (End of narrative B001)

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 16

Page 17: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 30 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

 0008

 

 RFID SATELLITE COMMUNICATION EQUIPMENT

  CLIN CONTRACT TYPE:

Firm Fixed Price

   0008AA Satellite Iridium Modem w/ GPS Model A3LA- RG-SVR-KIT-3, Satellite Iridium Modem w/

GPS, NAL Satellite Modem with 10-foot Serial Cable,

NAL Omni- Directional Satellite Antennas with 5-foot

Cable, and Connectors, 3 year warranty. $2,310.00

  0008AB Satellite Iridium Modem w/ GPS Model A3LA- RG-SVR-KIT-4, Satellite Iridium Modem w/

GPS, NAL Satellite Modem with 10-foot Serial Cable,

NAL Omni- Directional Satellite Antennas with 5-foot

Cable, and Connectors, 4 year warranty. $2,420.00

  0008AC Satellite Iridium Modem w/ GPS Model A3LA- RG-SVR-KIT-5, Satellite Iridium Modem w/

GPS, NAL Satellite Modem with 10-foot Serial Cable,

NAL Omni- Directional Satellite Antennas with 5-foot

Cable, and Connectors, 5 year warranty. $2,530.00

  0008AD Mast Mount Antenna Model

SAF5350A-SV, Mast Mount Antenna. $374.00

  0008AE Stationary Magnetic Mount AntennaModel SAF5340-A-SV, Stationary Magnetic Mount Antenna.

$198.00   0008AF Portable Magnetic Mount Antenna Model SYN7391A-SV, Portable Magnetic Mount Antenna. $99.00   0008AG GPS Antenna Model SAF5270G-SV,

GPS Antenna. $46.20

  0008AH AC/DC Power Adapter (if

required for operation) Model LA-3098, AC/DC Power Adapter (if required for operation).

$187.00

  0008AJ Rechargeable Battery Model SYN-LI-

416AH- SV, Rechargeable Battery. $495.00

  0008AK Battery Charger Model SYN-FR-

LiAH-SV, Battery Charger. $132.00

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 17

Page 18: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 31 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

         0009

 

  0008AN 10-foot Serial Cable Model HRC-24-

7XA, 10- foot Serial Cable. $143.00

 (End of narrative B001)

 

RFID SATELLITE COMMUNICATION SERVICE

CLIN CONTRACT TYPE:

Firm Fixed Price

   0009AA Satellite Service Model STD-USNORTH- USPACOM, 60 messages/unit, per month, -

to be purchased per each SatCom tag purchased - to

be prepaid monthly. Satellite Service - U.S.

Northern Command (USNORTHCOM) to U.S. Pacific

Command (USPACOM). $33.00

  0009AB Satellite Service Model STD-USNORTH- USCENTCOM, 60 messages/unit, per month, -

to be purchased per each SatCom tag purchased - to

be prepaid monthly. Satellite Service - U. S.

Northern Command (USNORTHCOM) to U.S. Central

Command (USCENTCOM). $33.00

  0009AC Satellite Service Model STD-USNORTH- USEUCOM, 60 messages/unit, per month, - to

be purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Northern

Command (USNORTHCOM) to U.S. European Command

(USEUCOM). $33.00

  0009AD Satellite Service Model STD-USNORTH- USAFRICOM, 60 messages/unit, per month, -

to be purchased per each SatCom tag purchased - to

be prepaid monthly. Satellite Service - U.S.

Northern Command (USNORTHCOM) to U.S. African

Command (USAFRICOM). $33.00

  0009AE Satellite Service Model STD-USNORTHCOM,60 messages/unit, per month, - to be purchased per each SatCom tag purchased - to be prepaid monthly. Satellite Service - Locations w/in U.S. Northern Command (USNORTHCOM). $33.00   0009AF Satellite Service Model STD-USPAC- USCENTCOM, 60 messages/unit, per month, - to be purchased per each SatCom tag purchased - to be prepaid monthly. Satellite Service - U.S. Pacific Command (USPACOM) to U.S. Central Command(USCENTCOM). $33.00

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 18

Page 19: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 32 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

0009AG Satellite Service Model STD-USPAC- USNORTHCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Pacific

Command (USPACOM) to U.S. Northern Command

(USNORTHCOM). $33.00

  0009AH Satellite Service Model STD-USPAC- USEUCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Pacific

Command (USPACOM) to U.S. European Command (USEUCOM).

$33.00   0009AJ Satellite Service Model STD-USPAC- USAFRICOM, 60 messages/unit, per month, -

to be purchased per each SatCom tag purchased - to

be prepaid monthly. Satellite Service - U.S.

Pacific Command (USPACOM) to U.S. African Command

(USAFRICOM). $33.00

  0009AK Satellite Service Model STD-USPACOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - Locations w/in

U.S. Pacific Command (USPACOM). $33.00

  0009AM Satellite Service Model STD-USCENT- USNORTHCOM, 60 messages/unit, per month, -

to be purchased per each SatCom tag purchased - to

be prepaid monthly. Satellite Service - U.S.

Central Command (USCENTCOM) to U.S. Northern

Command (USNORTHCOM). $33.00

  0009AN Satellite Service Model STD-USCENT- USPACOM, 60 messages/unit, per month, - to

be purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Central

Command (USCENTCOM) to U.S. Pacific Command

(USPACOM). $33.00

  0009AP Satellite Service Model STD-USCENT- USEUCOM, 60 messages/unit, per month, - to

be purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Central

Command (USCENTCOM) to U.S. European Command

(USEUCOM). $33.00

  0009AQ Satellite Service Model STD-USCENT- USAFRICOM, 60 messages/unit, per month, - to be purchased per each SatCom tag purchased - to be prepaid monthly. Satellite Service - U.S. Central Command (USCENTCOM) to U.S. African Command (USAFRICOM). $33.00

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 19

Page 20: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 33 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

0009AR Satellite Service Model STD-USCENTCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - Locations w/in

U.S. Central Command (USCENTCOM). $33.00

  0009AS Satellite Service Model STD-USEU- USNORTHCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. European

Command (USEUCOM) to U.S. Northern Command

(USNORTHCOM). $33.00

  0009AT Satellite Service Model STD-USEU-USPACOM,

60 messages/unit, per month, - to be purchased per

each SatCom tag purchased - to be prepaid monthly.

Satellite Service - U.S. European Command (USEUCOM)

to U.S. Pacific Command (USPACOM). $33.00

  0009AU Satellite Service Model STD-USEU- USCENTCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. European

Command (USEUCOM) to U.S. Central Command

(USCENTCOM). $33.00

  0009AV Satellite Service Model STD-USEU- USAFRICOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. European

Command (USEUCOM) to U.S. African Command

(USAFRICOM). $33.00

  0009AW Satellite Service Model STD-USEUCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - Locations

w/in U.S. European Command (USEUCOM). $33.00

  0009AX Satellite Service Model STD-USAFRI- USNORTHCOM,60 messages/unit, per month, -

to be purchased per each SatCom tag purchased - to

be prepaid monthly. Satellite Service - U.S.

African Command (USAFRICOM) to U.S. Northern

Command (USNORTHCOM). $33.00

  0009AY Satellite Service Model STD-USAFRI- USPACOM, 60 messages/unit, per month, - to

be purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. African

Command (USAFRICOM) to U.S. Pacific Command

(USPACOM). $33.00

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 20

Page 21: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 34 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                             0010

                              0011

 

 0009AZ Satellite Service Model STD-USAFRI- USCENTCOM, 60 messages/unit, per month, -

to be purchased per each SatCom tag purchased - to

be prepaid monthly. Satellite Service - U.S.

African Command (USAFRICOM) to U.S. Central Command

(USCENTCOM). $33.00

  0009BA Satellite Service Model STD-USAFRI- USEUCOM,60 messages/unit, per month, - to

be purchased per each SatCom tag purchased - to

be prepaid monthly. Satellite Service - U.S.

African Command (USAFRICOM) to U.S. European

Command (USEUCOM). $33.00

  0009BB Satellite Service Model STD-AFRICOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - Locations

w/in U.S. African Command (USAFRICOM). $33.00

 (End of narrative B001)

  

REAL TIME LOCATING SYSTEM (RTLS)

CLIN CONTRACT TYPE:

Firm Fixed Price

   0010AA RTLS Transponder Model ST-832 Ubisense RTLS Series 7000 Industrial Tag (RTLS

Transponder), Includes one Ubisense Asset

Management Software per Asset Tag License.$213.68

  0010AB RTLS Interrogator (Locator) Model

SR-850, Ubisense RTLS Series 7000 IP65 Sensor (RTLS

Interrogator (Locator)), Includes Power Over

Ethernet (POE). Includes one Ubisense Asset

Management Software per Sensor License. $1,893.94   0010AC RTLS Software Model RTLS-SW-UBI, Ubisense RTLS Software, Asset Management Software,

Includes License for one site. $777.00

 (End of narrative B001)

   PORTABLE DEPLOYMENT KIT (PDK)

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 21

Page 22: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 35 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

CLIN CONTRACT TYPE:

Firm Fixed Price

   0011AA PDK Lite Model LITE-PDK1-RI001-001-3, PDK

Lite - Getac F110, 11.6" Ruggedized tablet w/

read/write software applications, RFID pod

interrogator (150 feet) w/9' USB cable, NAL satellite

modem w/ GPS, power adapters, in Transit Case, 3 year

warranty. 90-day Delivery Required $7,033.00

  0011AB PDK Lite Model LITE-PDK1-RI001-001-4,PDK

Lite - Getac F110, 11.6" Ruggedized tablet w/

read/write software applications, RFID pod

interrogator (150 feet) w/9' USB cable, NAL satellite

modem w/ GPS, power adapters, in Transit Case, 4 year

warranty. 90-day Delivery Required $7,384.65

  0011AC PDK Lite Model LITE-PDK1-RI001-001-5, PDK

Lite - Getac F110, 11.6" Ruggedized tablet w/

read/write software applications, RFID pod

interrogator (150 feet) w/9' USB cable, satellite

modem w/ GPS, power adapters, in Transit Case, 5 year

warranty. 90-Day Delivery Required $7,753.88

  0011AD Ruggedized tablet w/ read/write software

applications Model Getac F110, Ruggedized Tablet w/

read/write software applications. 90-day Delivery

Required $3,900.00

  0011AE RFID pod interrogator (150 feet) Model

SMR-650-218-3 CN:ISO, RFID Pod Interrogator (150

feet). 90-day Delivery Required $314.60

  0011AF Power Adapters Model PDK-AC-02, Power

Adapters. 90-day Delivery Required $72.00

  0011AG Cables Model PDK-AC-06, Cables. 90-day

Delivery Required $260.00

  0011BA Portable Deployment Kit (PDK) Model TAV-

PDK1-RI001-041-3, Portable Deployment Kit (PDK) -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/out portable label printer in Transit

Case, includes: 1 -Getac B300 ruggedized notebook

computer with Software; 1 -AC Power supply with

universal plug adapter kit; 1 - DC Power cable with

cigarette lighter adapter input; 1 - DC Power cable

with NATO slave connector; 1 - Intermec CK70 w/GPS &

SMR-650 HHI with Mobile Software; 2 - Intermec

Rechargeable Batteries; 1 - Intermec Desktop Dock

w/Battery Charger with integrated power; 1 - Intermec

Adapter to DB-9 ; 1 - NAL Iridium Satellite modem

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 22

Page 23: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 36 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

w/GPS; 1 - NAL Antenna for Satellite Modem; 1 - NAL

GPS Antenna; 1 - Savi active RFID POD Interrogator,

with 9 Ft. USB cable; 1 - Wiring Diagram Place Card;

1 - Users guide; and 1 - Transit Case , 3 year

warranty. 90-day Delivery Required $16,380.00

  0011BB Portable Deployment Kit (PDK) Model TAV-

PDK1-RI001-041-4, Portable Deployment Kit (PDK) -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/out portable label printer in Transit

Case, includes: 1 -Getac B300 ruggedized notebook

computer with Software; 1 -AC Power supply with

universal plug adapter kit; 1 - DC Power cable with

cigarette lighter adapter input; 1 - DC Power cable

with NATO slave connector; 1 - Intermec CK70 w/GPS &

SMR-650 HHI with Mobile Software; 2 - Intermec

Rechargeable Batteries; 1 - Intermec Desktop Dock

w/Battery Charger with integrated power; 1 - Intermec

Adapter to DB-9 ; 1 - NAL Iridium Satellite modem

w/GPS; 1 - NAL Antenna for Satellite Modem; 1 - NAL

GPS Antenna; 1 - Savi active RFID POD Interrogator,

with 9 Ft. USB cable; 1 - Wiring Diagram Place Card;

1 - Users guide; and 1 - Transit Case, 4 year

warranty. 90-day Delivery Required $17,199.00

  0011BC Portable Deployment Kit (PDK) Model TAV-

PDK1-RI001-041-5, Portable Deployment Kit (PDK) -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/out portable label printer in Transit

Case, includes: 1 -Getac B300 ruggedized notebook

computer with Software; 1 -AC Power supply with

universal plug adapter kit; 1 - DC Power cable with

cigarette lighter adapter input; 1 - DC Power cable

with NATO slave connector; 1 - Intermec CK70 w/GPS &

SMR-650 HHI with Mobile Software; 2 - Intermec

Rechargeable Batteries; 1 - Intermec Desktop Dock

w/Battery Charger with integrated power; 1 - Intermec

Adapter to DB-9 ; 1 - NAL Iridium Satellite modem

w/GPS; 1 - NAL Antenna for Satellite Modem; 1 - NAL

GPS Antenna; 1 - Savi SMR-650 Mini Transportable

Interrogator, with 9 Ft. USB cable; 1 - Wiring

Diagram Place Card; 1 - Users guide; and 1 - Transit

Case, 5 year warranty. 90-day Delivery Required

$18,058.95

  0011BD Portable Deployment Kit (PDK) w/ portable

label printer Model TAV-PDK1-RI001-042-3, Portable

Deployment Kit (PDK) w/ portable label printer -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/ portable label printer in Transit Case,

includes: 1 -Getac B300 ruggedized notebook computer

with Software; 1 -AC Power supply with universal plug

adapter kit; 1 - DC Power cable with cigarette

lighter adapter input; 1 - DC Power cable with NATO

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 23

Page 24: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 37 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

slave connector; 1 - Intermec CK70 w/GPS & SMR-650

HHI with Mobile Software; 2 - Intermec Rechargeable

Batteries; 1 - Intermec Desktop Dock w/Battery

Charger with integrated power; 1 - Intermec Adapter

to DB-9 ; 1 - NAL Iridium Satellite modem w/GPS; 1 -

NAL Antenna for Satellite Modem; 1 - NAL GPS Antenna;

1 - Savi active RFID POD Interrogator, with 9 Ft. USB

cable; 1 - Wiring Diagram Place Card; 1 - Users

guide; 1 - Zebra P4T Portable Barcode Printer with

long-life Print Head (not user replaceable); 1 -

Zebra Printer Interface Cable for the P4T; 1 -

Tutorial application; 2 - Zebra Printer Batteries

(Operating and Spare) for the P4T; 1 - Zebra Printer

Battery Charger for the P4T with Savi integrated

power; 1 - Roll of Zebra Printer Label Stock for the

P4T, (50), 4 X 6 labels, polyester material ; 1 -

Zebra Printer Ribbon Cartridge for the P4T, Thermal

Transfer, and 1 - Transit Case, 3 year warranty. 90-

day Delivery Required $17,485.00

  0011BE Portable Deployment Kit (PDK) w/ portable

label printer Model TAV-PDK1-RI001-042-4, Portable

Deployment Kit (PDK) w/ portable label printer -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/ portable label printer in Transit Case,

includes: 1 -Getac B300 ruggedized notebook computer

with Software; 1 -AC Power supply with universal plug

adapter kit; 1 - DC Power cable with cigarette

lighter adapter input; 1 - DC Power cable with NATO

slave connector; 1 - Intermec CK70 w/GPS & SMR-650

HHI with Mobile Software; 2 - Intermec Rechargeable

Batteries; 1 - Intermec Desktop Dock w/Battery

Charger with integrated power; 1 - Intermec Adapter

to DB-9 ; 1 - NAL Iridium Satellite modem w/GPS; 1 -

NAL Antenna for Satellite Modem; 1 - NAL GPS Antenna;

1 - Savi active RFID POD Interrogator, with 9 Ft. USB

cable; 1 - Wiring Diagram Place Card; 1 - Users

guide; 1 - Zebra P4T Portable Barcode Printer with

long-life Print Head (not user replaceable); 1 -

Zebra Printer Interface Cable for the P4T; 1 -

Tutorial application; 2 - Zebra Printer Batteries

(Operating and Spare) for the P4T; 1 - Zebra Printer

Battery Charger for the P4T with Savi integrated

power; 1 - Roll of Zebra Printer Label Stock for the

P4T, (50), 4 X 6 labels, polyester material ; 1 -

Zebra Printer Ribbon Cartridge for the P4T, Thermal

Transfer, rand 1 - Transit Case, 4 year warranty. 90-

day Delivery Required $18,359.25

  0011BF Portable Deployment Kit (PDK) w/ portable

label printer Model TAV-PDK1-RI001-042-5, Portable

Deployment Kit (PDK) w/ portable label printer -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/ portable label printer in Transit Case,

includes: 1 -Getac B300 ruggedized notebook computer

with Software; 1 -AC Power supply with universal plug

adapter kit; 1 - DC Power cable with cigarette

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 24

Page 25: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 38 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

lighter adapter input; 1 - DC Power cable with NATO

slave connector; 1 - Intermec CK70 w/GPS & SMR-650

HHI with Mobile Software; 2 - Intermec Rechargeable

Batteries; 1 - Intermec Desktop Dock w/Battery

Charger with integrated power; 1 - Intermec Adapter

to DB-9 ; 1 - NAL Iridium Satellite modem w/GPS; 1 -

NAL Antenna for Satellite Modem; 1 - NAL GPS Antenna;

1 - Savi active RFID POD Interrogator, with 9 Ft. USB

cable; 1 - Wiring Diagram Place Card; 1 - Users

guide; 1 - Zebra P4T Portable Barcode Printer with

long-life Print Head (not user replaceable); 1 -

Zebra Printer Interface Cable for the P4T; 1 -

Tutorial application; 2 - Zebra Printer Batteries

(Operating and Spare) for the P4T ; 1 - Zebra Printer

Battery Charger for the P4T with Savi integrated

power; 1 - Roll of Zebra Printer Label Stock for the

P4T, (50), 4 X 6 labels, polyester material; 1 -

Zebra Printer Ribbon Cartridge for the P4T, Thermal

Transfer, and 1 - Transit Case, 5 year warranty. 90-

day Delivery Required $19,277.21

  

0011BG Ruggedized notebook computer w/ read/write

software applications Model Getac B300. Ruggedized

Notebook Computer w/ read/write software applications. 90-day Delivery Required $4,550.00

  

0011BH Power Adapters Model PDK-AC-02, Power Adapters. 90-day Delivery Required $72.00

  

0011BK Cables Model PDK-AC-04, Cables. 90-day Delivery Required $260.00

  

0011CA Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHDP4-06-3,

Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/ portable label printer; CLIN

0011BD) + cable adapters, fixed interrogator, RF

relays, data rich transponder, tripods, mounting

kits, required tools, power cords, outlet strips,

power inverter, padlocks, and cabling, includes: 1 -

PDK with Portable Printer Transit Case ; 2 - Transit

Cases with foam inserts containing: 1 - RS-232 to USB

Adapter; 1 - RS-232 to RS-485 Adapter; 1 - Active

Fixed Interrogator SR-650 (includes: Software (CAI

Driver), capable of Worldwide AC Power (cable &

adapters included), capable of DC Power, Ethernet or

RS-485 capable (cables included), and Documentation);

2 - Fortress Technologies RF Relay, Bundled Antenna,

capable of Worldwide AC Power (cables and adapters

included), capable of DC Power (cables included),

Mounting Kit and Ethernet Cable; 1 - Data Rich

Transponder; 2 - Mounting Structure; 1 - Mounting

Kit; 1 - Technician Tool Kit (required tools and

supplies to set up EEDSK); 2 - 6-outlet Power Strips;

2 - 25 ft. Extension Cord, 14 gauge, triple outlet; 2

- 50 ft. Extension Cord, 14 gauge, single outlet; 6 -

Padlocks with key (2 per case, includes a set for

the PDK); 1 - DC-to-AC Inverter, 300W with cigarette

lighter adapter and alligator clip; 1 - Transponder

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 25

Page 26: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 39 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Hardwire Electrical Interface Cable (USB); Diagrams

for each case; Packing lists for each case;

Installation Manual (hard copy and electronic copy) &

Manuals for Individual RFID Products, 3 year

warranty. 90-day Delivery Required $32,640.00

  0011CB Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHDP4-06-

4,Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/ portable label printer; CLIN

0011BE) + cable adapters, fixed interrogator, RF

relays, data rich transponder, tripods, mounting

kits, required tools, power cords, outlet strips,

power inverter, padlocks, and cabling, includes: 1 -

PDK with Portable Printer Transit Case ; 2 - Transit

Cases with foam inserts containing: 1 - RS-232 to USB

Adapter; 1 - RS-232 to RS-485 Adapter; 1 - Active

Fixed Interrogator SR-650 (includes: Software (CAI

Driver), capable of Worldwide AC Power (cable &

adapters included), capable of DC Power, Ethernet or

RS-485 capable (cables included), and Documentation);

2 - Fortress Technologies RF Relay, Bundled Antenna,

capable of Worldwide AC Power (cables and adapters

included), capable of DC Power (cables included),

Mounting Kit and Ethernet Cable; 1 - Data Rich

Transponder; 2 - Mounting Structure; 1 - Mounting

Kit; 1 - Technician Tool Kit (required tools and

supplies to set up EEDSK); 2 - 6-outlet Power Strips;

2 - 25 ft. Extension Cord, 14 gauge, triple outlet; 2

- 50 ft. Extension Cord, 14 gauge, single outlet; 6 -

Padlocks with key (2 per case, includes a set for

the PDK); 1 - DC-to-AC Inverter, 300W with cigarette

lighter adapter and alligator clip; 1 - Transponder

Hardwire Electrical Interface Cable (USB); Diagrams

for each case; Packing lists for each case;

Installation Manual (hard copy and electronic copy) &

Manuals for Individual RFID Products,4 year warranty.

90-day Delivery $34,272.00

  0011CC Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHDP4-06-

5,Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/ portable label printer; CLIN

0011BF) + cable adapters, fixed interrogator, RF

relays, data rich transponder, tripods, mounting

kits, required tools, power cords, outlet strips,

power inverter, padlocks, and cabling, includes: 1 -

PDK with Portable Printer Transit Case ; 2 - Transit

Cases with foam inserts containing: 1 - RS-232 to USB

Adapter; 1 - RS-232 to RS-485 Adapter; 1 - Active

Fixed Interrogator SR-650 (includes: Software (CAI

Driver), capable of Worldwide AC Power (cable &

adapters included), capable of DC Power, Ethernet or

RS-485 capable (cables included), and Documentation);

2 - Fortress Technologies RF Relay, Bundled Antenna,

capable of Worldwide AC Power (cables and adapters

included), capable of DC Power (cables included),

Mounting Kit and Ethernet Cable; 1 - Data Rich

Transponder; 2 - Mounting Structure; 1 - Mounting

Kit; 1 - Technician Tool Kit (required tools and

supplies to set up EEDSK); 2 - 6-outlet Power Strips;

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 26

Page 27: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 40 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

2 - 25 ft. Extension Cord, 14 gauge, triple outlet; 2

- 50 ft. Extension Cord, 14 gauge, single outlet; 6 -

Padlocks with key (2 per case, includes a set for

the PDK); 1 - DC-to-AC Inverter, 300W with cigarette

lighter adapter and alligator clip; 1 - Transponder

Hardwire Electrical Interface Cable (USB); Diagrams

for each case; Packing lists for each case;

Installation Manual (hard copy and electronic copy) &

Manuals for Individual RFID Products, 5 year

warranty. 90-day Delivery $35,985.60

  0011CD Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHD4-06-3,

Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/out portable label printer; CLIN

0011BA) + cable adapters, fixed interrogator (300

feet), RF relays, data rich transponder, tripods,

mounting kits, required tools, power cords, outlet

strips, power inverter, padlocks, and cabling,

includes: 1 - PDK (without Portable Printer) Transit

Case ; 2 - Transit Cases with foam inserts

containing: 1 - RS-232 to USB Adapter; 1 - RS-232 to

RS-485 Adapter; 1 - Active Fixed Interrogator SR-650

(includes: Software (CAI Driver), capable of

Worldwide AC Power (cable & adapters included),

capable of DC Power, Ethernet or RS-485 capable

(cables included), and Documentation); 2 - Fortress

Technologies RF Relay, Bundled Antenna, capable of

Worldwide AC Power (cables and adapters included),

capable of DC Power (cables included), Mounting Kit

and Ethernet Cable; 1 - Data Rich Transponder; 2 -

Mounting Structure; 1 - Mounting Kit; 1 - Technician

Tool Kit (required tools and supplies to set up

EEDSK); 2 - 6-outlet Power Strips; 2 - 25 ft.

Extension Cord, 14 gauge, triple outlet; 2 - 50 ft.

Extension Cord, 14 gauge, single outlet; 6 - Padlocks

with key (2 per case, includes a set for the PDK); 1 -

DC-to-AC Inverter, 300W with cigarette lighter

adapter and alligator clip; 1 - Transponder Hardwire

Electrical Interface Cable (USB); Diagrams for each

case; Packing lists for each case; Installation

Manual (hard copy and electronic copy) & Manuals for

Individual RFID Products, 3 year warranty. 90-day

Delivery $31,620.00

  0011CE Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHD4-06-

4,Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/out portable label printer; CLIN

0011BB) + cable adapters, fixed interrogator (300

feet), RF relays, data rich transponder, tripods,

mounting kits, required tools, power cords, outlet

strips, power inverter, padlocks, and cabling,

includes: 1 - PDK (without Portable Printer) Transit

Case ; 2 - Transit Cases with foam inserts

containing: 1 - RS-232 to USB Adapter; 1 - RS-232 to

RS-485 Adapter; 1 - Active Fixed Interrogator SR-650

(includes: Software (CAI Driver), capable of

Worldwide AC Power (cable & adapters included),

capable of DC Power, Ethernet or RS-485 capable

(cables included), and Documentation); 2 - Fortress

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 27

Page 28: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 41 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Technologies RF Relay, Bundled Antenna, capable of

Worldwide AC Power (cables and adapters included),

capable of DC Power (cables included), Mounting Kit

and Ethernet Cable; 1 - Data Rich Transponder; 2 -

Mounting Structure; 1 - Mounting Kit; 1 - Technician

Tool Kit (required tools and supplies to set up

EEDSK); 2 - 6-outlet Power Strips; 2 - 25 ft.

Extension Cord, 14 gauge, triple outlet; 2 - 50 ft.

Extension Cord, 14 gauge, single outlet; 6 - Padlocks

with key (2 per case, includes a set for the PDK); 1 -

DC-to-AC Inverter, 300W with cigarette lighter

adapter and alligator clip; 1 - Transponder Hardwire

Electrical Interface Cable (USB); Diagrams for each

case; Packing lists for each case; Installation

Manual (hard copy and electronic copy) & Manuals for

Individual RFID Products, 4 year warranty. 90-day

Delivery $33,201.00

  0011CF Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHD4-06-5,

Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/out portable label printer; CLIN

0011BC) + cable adapters, fixed interrogator (300

feet), RF relays, data rich transponder, tripods,

mounting kits, required tools, power cords, outlet

strips, power inverter, padlocks, and cabling,

includes: 1 - PDK (without Portable Printer) Transit

Case ; 2 - Transit Cases with foam inserts

containing: 1 - RS-232 to USB Adapter; 1 - RS-232 to

RS-485 Adapter; 1 - Active Fixed Interrogator SR-650

(includes: Software (CAI Driver), capable of

Worldwide AC Power (cable & adapters included),

capable of DC Power, Ethernet or RS-485 capable

(cables included), and Documentation); 2 - Fortress

Technologies RF Relay, Bundled Antenna, capable of

Worldwide AC Power (cables and adapters included),

capable of DC Power (cables included), Mounting Kit

and Ethernet Cable; 1 - Data Rich Transponder; 2 -

Mounting Structure; 1 - Mounting Kit; 1 - Technician

Tool Kit (required tools and supplies to set up

EEDSK); 2 - 6-outlet Power Strips; 2 - 25 ft.

Extension Cord, 14 gauge, triple outlet; 2 - 50 ft.

Extension Cord, 14 gauge, single outlet; 6 - Padlocks

with key (2 per case, includes a set for the PDK); 1 -

DC-to-AC Inverter, 300W with cigarette lighter

adapter and alligator clip; 1 - Transponder Hardwire

Electrical Interface Cable (USB); Diagrams for each

case; Packing lists for each case; Installation

Manual (hard copy and electronic copy) & Manuals for

Individual RFID Products, 5 year warranty. 90-day

Delivery $34,861.05

  0011CG Cable Adapters PDK-AC-02, Cable Adapters.

90-day Delivery $72.00

  0011CH Tripods Model ACC-1006, Tripods. 90-day

Delivery $480.00

  0011CJ Mounting Kit Model ACC-1007, Mounting

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 28

Page 29: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 42 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Kits. 90-day Delivery $480.00

  0011CK Required Tools Model ACC-1008, Required

Tools. 90-day Delivery $48.00

  0011CM Power Cords Model SRA-1007, Power Cords.

90-day Delivery $54.00

  0011CN Outlet Strips Model ACC-1009, Outlet

Strips. 90-day Delivery $96.00

  0011CP Power Inverter Model ACC-1011, Power

Inverter. 90-day Delivery $180.00

  0011CQ Padlocks Model ACC-1012, Padlocks. 90-day

Delivery $36.00

  0011CR Cabling Model SRA-1013, Cabling. 90-day

Delivery $240.00

  0011DA RF Relay TCG Model TCG-RFR-300-032-3, RF

Relay TCG, includes:

1 - RF Relay, w/ Mounting Kit; 1 - Solar Power

Module; 1 - Mounting Structure; 1 - Users

Manual; 1 - Communications Interface

Cable/Adapter; 2 - Batteries( operating and

spare); 1 - Battery Charger; 1 - AC Adapter

(when required for AC operation); 1 - Power Plug

Adapter, when required; 1 - Other Adapters and

Cables, when required; 1 - DC Power Cable (for

operation from vehicle electrical systems); and

(enter #) - Transit Case(s) 3 year warranty. 90-day

Delivery $13,827.60

  0011DB RF Relay TCG Model TCG-RFR-300-032-4, RF

Relay TCG, includes:

1 - RF Relay, w/ Mounting Kit; 1 - Solar Power

Module; 1 - Mounting Structure; 1 - Users

Manual; 1 - Communications Interface

Cable/Adapter; 2 - Batteries( operating and

spare); 1 - Battery Charger; 1 - AC Adapter

(when required for AC operation); 1 - Power Plug

Adapter, when required; 1 - Other Adapters and

Cables, when required; 1 - DC Power Cable (for

operation from vehicle electrical systems); and

(enter #) - Transit Case(s) 4 year warranty. 90-day

Delivery $14,518.98

  0011DC RF Relay TCG Model TCG-RFR-300-032-5, RF

Relay TCG, includes:

1 - RF Relay, w/ Mounting Kit; 1 - Solar Power

Module; 1 - Mounting Structure; 1 - Users

Manual; 1 - Communications Interface

Cable/Adapter; 2 - Batteries( operating and

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 29

Page 30: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 43 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

spare); 1 - Battery Charger; 1 - AC Adapter

(when required for AC operation); 1 - Power Plug

Adapter, when required; 1 - Other Adapters and

Cables, when required; 1 - DC Power Cable (for

operation from vehicle electrical systems); and

(enter #) - Transit Case(s) 5 year warranty. 90-day

Delivery $15,244.93

  0011DD Solar Power Module Model MAPPS-380, Solar

Power Module. 90-day Delivery $6,000.00

  0011DE Mounting Structure Model ACC-1005,

Mounting Structure ( industrial tripod with stakes

and tie down cables and brackets). 90-day Delivery

$1,200.00

  0011DF Mounting Kit Model ACC-1004, Mounting Kit

(able to be attached to tripod or fix structure). 90-

day Delivery $360.00

  0011DG Communications Interface Cable/Adapter

Model SRA-1028, Communications Interface

Cable/Adapter. 90-day Delivery $240.00

  0011DH Batteries (operating and spare) Model

DEKA-8G31, Batteries (operating and spare). 90-day

Delivery $768.00

  0011DJ Battery Charger Model ACC-3012, Battery

Charger. 90-day Delivery $139.20

  0011DK AC Adapter Model SRA-1006, AC Adapter

(when required for AC operation). 90-day Delivery

$144.00

  0011DM Power Plug Adapter Model PDK-AC-02, Power

Plug Adapters. 90-day Delivery $72.00

  0011DN DC Power Cable Model SRA-1201, DC Power

Cable. 90-day Delivery $60.00

  0011DP Cables Model SRA-1010, Cables. 90-day

Delivery $240.00

  0011EA Solar Power Transit Case Model TCG-SRA-

1103-03-3, Solar Power Transit Case - Rigid solar

power module (capable of powering PC, fixed

interrogator, satellite modem, fan, etc.), tripod and

tripod mounting structure, user's manual,

rechargeable batteries (capable of power equipment

for 24 hours w/out sunlight), battery charger, power

adapters and cables (AC and DC power cables) in

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 30

Page 31: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 44 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

transit case. 3 year warranty. 90-day Delivery

$9,120.00

  0011EB Solar Power Transit Case Model TCG-SRA-

1103-03-4, Solar Power Transit Case - Rigid solar

power module (capable of powering PC, fixed

interrogator, satellite modem, fan, etc.), tripod and

tripod mounting structure, user's manual,

rechargeable batteries (capable of power equipment

for 24 hours w/out sunlight), battery charger, power

adapters and cables (AC and DC power cables) in

transit case. 4 year warranty. 90-day Delivery

$9,576.00

  0011EC Solar Power Transit Case Model TCG-SRA-

1103-03-5, Solar Power Transit Case - Rigid solar

power module (capable of powering PC, fixed

interrogator, satellite modem, fan, etc.), tripod and

tripod mounting structure, user's manual,

rechargeable batteries (capable of power equipment

for 24 hours w/out sunlight), battery charger, power

adapters and cables (AC and DC power cables) in

transit case. 5 year warranty. 90-day Delivery

$10,054.80

  0011ED Rigid Solar Power Module Model MAPPS-380,

Rigid Solar Power Module (capable of powering PC,

fixed interrogator, satellite modem, fan, etc.). 90-

day Delivery $6,000.00

  0011EE Tripod Model ACC-1006, Tripod. 90-day

Delivery $480.00

  0011EF Tripod Mounting Structure Model ACC-1005,

Tripod Mounting Structure. 90-day Delivery

$1,200.00

  0011EG Rechargeable Batteries Model DEKA-8G31,

Rechargeable Batteries (capable of power equipment

for 24 hours w/out sunlight). 90-day Delivery

$768.00

  0011EH Battery Charger Model ACC-3012, Battery

Charger. 90-day Delivery $139.20

  0011EJ Power Adapters Model PDK-AC-02, Power

Plug Adapters. 90-day Delivery $72.00

  0011EK Cable Model SRA-1000, Cables (AC and DC

power cables). 90-day Delivery $240.00

(End of narrative B001)

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 31

Page 32: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 45 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

   0012

                                                         0013

 

PORTABLE BAR CODE PRINTER

CLIN CONTRACT TYPE:

Firm Fixed Price

 0012AA Portable Printer w/ Carrying Case Model ACC-1311-231-3, Portable Printer w/

Carrying Case 3 year warranty. $1,589.24   0012AB Portable Printer w/ Carrying Case Model ACC-1311-231-4, Portable Printer w/

Carrying Case 4 year warranty. $1,681.24   0012AC Portable Printer w/ Carrying Case Model ACC-1311-231-5, Portable Printer w/

Carrying Case 5 year warranty. $1,805.87   0012AD Carrying Case w/ Strap Model

ACC-1317, Carrying Case w/ Strap. $57.81   0012AE Battery Charger Model ACC-1319-1, Battery Charger. $78.21  

 0012AF Rechargeable Battery Model

ACC-1312, Rechargeable Battery. $108.81   0012AG AC Adapter Model ACC-1313-2, AC Adapter. $64.61  

 0012AH Interface Cable Model ACC-1314, Interface Cable. $27.21  

 0012AJ Ribbon Model ACC-1315, Ribbon (thermal transfer). $23.00   0012AK Roll of (enter # of labels per roll) Polyester Label Stock Model ACC-1306-1, Roll of (50 labels per roll) Polyester Label Stock (4" x 6"). $6.90  

(End of narrative B001)

   SATELLITE TRANSPONDERS

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 32

Page 33: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 46 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                        0014

 

 CLIN CONTRACT TYPE:

Firm Fixed Price

 0013AA Satellite Enabled Transponder

w/GPS Model ST-694-400, Orbcomm GT2000 1-way comms

Satellite Enabled Generic Mount Transponder w/GPS

(one way transmit only). Includes rechargeable

battery. $720.00

  0013AB Satellite Enabled Transponder

w/GPS Model ST-694-450, Orbcomm GT2000 2-way comms

Satellite Enabled Generic Mount Transponder w/GPS

(transmit and receive). Includes rechargeable

battery. $720.00

  0013AC Satellite Enabled Intrusion

Detection Transponder w/GPS Model ST-696-400, Orbcomm GT2000 1- way comms, Satellite Enabled

Intrusion Detection Container Mount Transponder w/GPS

(one way transmit only). Includes rechargeable

battery. $780.00

  0013AD Satellite Enabled Intrusion

Detection Transponder w/GPS (Gen2) Model ST-696-450, Orbcomm GT2000 2-way comms, Satellite

Enabled Intrusion Detection Container Mount

Transponder w/GPS (transmit and receive). Includes

rechargeable battery. $780.00

 (End of narrative B001)

 

APPLICATION SOFTWARE

CLIN CONTRACT TYPE:

Firm Fixed Price

 0014AA Fixed Interrogator Read Application. $350.00  

 0014AB Write Station Application. $350.00  

 0014AC Handheld Application. $275.00  

 0014AD Software Development Kit License.$3,950.00  

(End of narrative B001)

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 33

Page 34: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 47 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

   0015

 

TECHNICAL ENGINEERING SERVICES

CLIN CONTRACT TYPE:

Firm Fixed Price

  This CLIN is to provide aRFID-IV Technical

Engineering Services (TES) on a Firm Fixed Price

basis in accordance with the aRFID IV Performance

Work Statement (PWS).

 SECURITY CLASS: Determined at Task Order Level

 CLAUSES: Additional clauses required to perform

OCONUS shall be added at the Task Order level.

 Specific requirements and pricing shall be set forth

under individual Task Orders.

 Pricing will be based on the established price model.

 Inspection, Acceptance, and FOB Point shall be

specified by incorporating the appropriate clauses

from Sections E and F on each individual Task Order.

 Delivery and Period of Performance Schedule(s) shall

be determined on each individual Task Order.

 Individual TES CLINs/SLINs to be assigned at Task

Order Level. TES projects may include a combination

of the following listed Labor Categories:

 Project Manager - Government Site. $69.13/HR Systems Analyst - Government Site. $48.66/HR Program/Analyst - Government Site. $59.38/HR Junior Programmer - Government Site. $52.69/HR Senior Programmer - Government Site. $68.13/HR Systems Engineer - Government Site. $52.69/HR Senior Systems Engineer - Government Site. $64.06/HR  Software Systems Designer - Government Site. $53.13/HR  Senior Software Systems Engineer - Government Site. $53.13/HR  Senior Information Systems Engineer – Government Site. $48.66/HR  Senior Field Engineer - Government Site. $48.66/HR Data Comm/Network Specialist - Government Site.$47.68/HR

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 34

Page 35: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 48 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                                        0016

 

RF Technical Radio Specialist - Government Site. $48.66/HR  Technical Writer - Government Site. $28.00/HR Applications Programmer - Government Site. $52.50/HR PC Systems Specialist - Government Site. $31.25/HR Project Manager - Contractor Site. $120.00/HR Systems Analyst - Contractor Site. $85.00/HR Program/Analyst - Contractor Site. $100.00/HR Junior Programmer - Contractor Site. $82.00/HR Senior Programmer - Contractor Site. $120.00/HR Systems Engineer - Contractor Site. $120.00/HR Senior Systems Engineer - Contractor Site. $130.00/HR  Software Systems Designer - Contractor Site. $110.00/HR  Senior Software Systems Engineer - Contractor Site. $120.00/HR  Senior Information Systems Engineer – Contractor Site. $125.00/HR Senior Field Engineer - Contractor Site. $100.00/HR Data Comm/Network Specialist - Contractor Site.$105.00/HR  RF Technical Radio Specialist - Contractor Site. $95.00/HR Technical Writer - Contractor Site. $45.00/HR Applications Programmer - Contractor Site. $120.00/HR  PC Systems Specialist - Contractor Site. $45.00/HR (End of narrative B001)

     TRAINING

  CLIN CONTRACT TYPE:

Firm Fixed Price

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 35

Page 36: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 49 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                    0017

       0018

        0019

        0020

        0021

 

 0016AA RFID Training Master CD-ROM. $16,500.00   0016AB RFID Web Based Training. $16,500.00   0016AC Update to RFID Training Master CD-ROM. $7,150.00   0016AD Update to Web Based Training. $7,150.00 (End of narrative B001)

  RESERVED

  CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  CLIN CONTRACT TYPE:

Firm Fixed Price

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 36

Page 37: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 50 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

 0022

        0023

               0024

               0025

               0026

 

 RESERVED

  CLIN CONTRACT TYPE:

Firm Fixed Price

 

 

EXPEDITED DELIVERY

CLIN CONTRACT TYPE:

Firm Fixed Price

   0023AA Expedited Delivery

(Cost Reimbursable). (End of narrative B001)

 

 

INCIDENTAL MATERIALS

CLIN CONTRACT TYPE:

Firm Fixed Price

   0024AA Incidental Materials

(Cost Reimbursable). (End of narrative B001)

 

TRAVEL AND PER DIEM

CLIN CONTRACT TYPE:

Firm Fixed Price

   0025AA Travel and Per Diem

(Cost Reimbursable). (End of narrative B001)

  

CONTRACT MANPOWER REPORTING-NSP

CLIN CONTRACT TYPE:

Firm Fixed Price

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 37

Page 38: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 51 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                    1001

 

   Contract Manpower Reporting (CMR)

Not Separately Priced (NSP)

Army Services Requirement

 Contractor shall report ALL Contractor labor hours

required for performance of services provided under

the aRFID-IV Contract (including subcontractor labor

hours) via a secure data collection site IAW the

"Performance Work Statement (PWS)" (Sect. J,

Attachment 0022, paragraph 15.4). See CDRL A013.

 (End of narrative B001)

   

ACTIVE RFID-FIXED INTERROGATORS

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1001AA Fixed Interrogator Model SR-650-101-WW-3

CN:ISO-GPS, Fixed Interrogator, GPS Enabled -

Includes User documentation, bundled w/ installation

CD for tag commissioning and read software

applications, include software development kit,

Interrogator Configuration Tool and CAI compliant MS

Windows Driver. Include AC and DC power cords, RS 485

cable (100 foot) and CAT 5e cable (100 foot). 3-year

warranty. $1,059.73

  1001AB Fixed Interrogator Model SR-650-101-WW-4-

CN:ISO-GPS, Fixed Interrogator, GPS Enabled-Includes

User documentation, bundled w/ installation CD for

tag commissioning and read software applications,

include software development kit, Interrogator

Configuration Tool and CAI compliant MS Windows

Driver. Include AC and DC power cords, RS 485 cable

(100 foot) and CAT 5e cable (100 foot). 4-year

warranty. $1,205.44

  1001AC Fixed Interrogator Model SR-650-101-WW-5

CN:ISO-GPS, Fixed Interrogator, GPS Enabled -

Includes User documentation, bundled w/ installation

CD for tag commissioning and read software

applications, include software development kit ,

Interrogator Configuration Tool and CAI compliant MS

Windows Driver. Include AC and DC power cords, RS

485 cable (100 foot) and CAT 5e cable (100 foot). 5-

year warranty). $1,363.08

  1001AD Mounting Structure Model ACC-

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 38

Page 39: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 52 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                     1002

 

1006(industrial tripod with stakes and tie down

cables). $489.60

  1001AE Mounting Kit SRA-1024(able to attach to

tripod or fixed structure). $153.24

  1001AF Fixed Interrogator Replacement Model SRA-

1006, AC/DC Power Cables. $143.55

  1001AG Fixed Interrogator Replacement Model SRA-

1201, AC/DC Vehicle Power Cable. $61.20

(End of narrative B001)

    NON-INCENDIVE ACTIVE HAND-HELD RFID INTERROGATOR

(HHI)

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1002AA Ruggedized HHI w/ a GFE Model CK70-KIT-C-

532-3, Intermec CK70 based Ruggedized HHI includes

GPS w/ a GFE application that can commission, read,

and query transponders. Includes desktop

dock/universal charger w/U.S. power cord, 2

batteries, USB-A to USB-B 2 meter cable, RFID POD, RS-

232 boot, FIPS Client, 2GB SD drive, holster, CAC

authentication support along w/ standard capabilities

including barcode imager and communications via Wi-

Fi. Device will support transient data storage as

well as synchronization w/ the RF-ITV server wireless

or PC sync. 3 Year Warranty. $5,053.20

  1002AB Ruggedized HHI w/ a GFE Model CK70-KIT-C-

532-4, Intermec CK70 based Ruggedized HHI includes

GPS w/a GFE application that can commission, read,

and query transponders. Includes desktop

dock/universal charger w/U.S. power cord, 2

batteries, USB-A to USB-B 2 meter cable, RFID POD, RS-

232 boot, FIPS Client, 2GB SD drive, holster, CAC

authentication support along w/ standard capabilities

including, barcode imager, and communications via Wi-

FI. Device will support transient data storage as

well as synchronization w/ the RF-ITV server wireless

or PC sync. 4 Year Warranty. $5,151.60

  1002AC Ruggedized HHI w/ a GFE Model CK70-KIT-C-

532-5, Intermec CK70 based Ruggedized HHI includes

GPS w/ a GFE application that can commission, read,

and query transponders. Includes desktop

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 39

Page 40: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 53 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                  1003

         1004

 

dock/universal charger w/U.S. power cord, 2

batteries, USB-A to USB-B 2 meter cable, RFID POS, RS-

232 boot, FIPPS Client, 2GB SD drive, holster, CAC

authentication support along w/ standard capabilities

including barcode imager and communications via Wi-

Fi. Device will support transient data storage as

well as synchronization w/ the RF-ITV server wireless

or PC sync. 5 Year Warranty. $5,496.25

  1002AD HHI Holster or Belt Clip Model SMRA-CK70-

04, HHI Holster. $72.00

  1002AE HHI Replacement Battery Charger Model

SMRA-CK-70-01, HHI Replacement Battery Charger

Desktop Dock. $168.84

  1002AF HHI Replacement AC Power Adapter Model

SMRA-CK70-08, HHI Replacement AC Power Adapter +

Power Cables. $69.00

  1002AG HHI Replacement Rechargeable Battery

Model SMRA-CK70-06, HHI Replacement Rechargeable

Battery. $156.00

 (End of narrative B001)

     RESERVED

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

 

 

RFID INTERROGATOR POD

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1004AA RFID POD Model SMR-650-218-3 CN:ISO, RFID

POD w/ 9 ft. USB cable, User documentation, bundled

w/ installation CD for tag commissioning and read

software applications, includes software development

kit, Interrogator Configuration Tool and CAI

compliant MS Windows Driver. 3-year warranty.

$337.16

  1004AB RFID POD Model SMR-650-218-4 CN:ISO, RFID

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 40

Page 41: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 54 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                      1005

 

POD w/ 9 ft. cable, User documentation, bundled w/

installation CD for tag commissioning and read

software applications, include software development

kit, Interrogator Configuration Tool and CAI

compliant MS Windows Driver. 4-year warranty.

$347.27

  1004AC RFID POD Model SMR-650-218-5 CN:ISO, RFID

POD with 9 ft. USB cable, User documentation, bundled

w/ installation CD for tag commissioning and read

software applications, include software development

kit, Interrogator Configuration Tool and CAI

compliant MS Windows Driver. 5-year warranty.

$357.69

 (End of narrative B001)

   

ACTIVE RFID TRANSPONDERS (ISO 18000-7:2008)

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1005AA License Plate Transponder Model ST-621-

030, License Plate Transponder - Electronic

Identification w/ no user writeable data memory.

$22.98

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$22.48 5,001-10,000 90 Days

$21.89 10,001-15,000 120 Days

$21.78 >15,001 120 Days

  1005AB License Plate Transponder w/ bracket Model

ST-621-030 CN:MB, License Plate Transponder w/

bracket - Electronic Identification w/ no user

writeable data memory. $23.98

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$23.48 5,001-10,000 90 Days

$22.88 10,001-15,000 120 Days

$22.77 >15,001 120 Days

  1005AC License Plate Transponder w/ magnetic

bracket Model ST-621-030 CN:MM, License Plate

Transponder w/ magnetic bracket - Electronic

Identification w/ no user writeable data memory.

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 41

Page 42: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 55 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

$31.36  

Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery $30.86 $30.22

5,001-10,000 90 Days 10,001-15,000 120 Days

$30.07 >15,001 120 Days

  

1005AD License Plate Door Mounted Container

Transponder Model ST-626-030, License Plate

Transponder Door Mounted Container - Electronic

Identification w/ no user writeable data memory. $86.91

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery $86.41 $85.50

5,001-10,000 90 Days 10,001-15,000 120 Days

$85.07 >15,001 120 Days

  

1005BA Asset Transponder (2K memory) Model ST-618-

030, Asset Transponder (2K memory) - Electronic Identification w/ user writeable data memory. $23.52

  

1005BB Asset Transponder (2K memory) w/ bracket

Model ST-618-030 CN:MB, Asset Transponder (2K

memory)w/ bracket - Electronic Identification w/ user

writeable data memory. $25.48

  

1005BC Asset Transponder (2K memory) w/ magnetic bracket Model ST-618-030 CN:MM, Asset Transponder (2K memory) w/ magnetic bracket - Electronic Identification w/ user writeable data memory. $32.97

  

1005CA Asset Transponder w/ Non-Replaceable

Battery (2KB memory) Model ST-616-031, Asset

Transponder w/ Non-Replaceable Battery. $23.52

  

1005DA Door Mounted Data Rich Container

Transponder (256 KB memory) Model ST-656-040, Door

Mounted Data Rich Container Transponder (256 KB

memory) - Electronic Identification w/ user writeable

data memory. $95.06

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery $94.56 $93.60

5,001-10,000 90 Days 10,001-15,000 120 Days

$93.12 >15,001 120 Days

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 42

Page 43: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 56 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

1005DB Data Rich Transponder (256 KB memory)

Model ST-654-041, Data Rich Transponder (256 KB

memory)Electronic Identification w/ user writeable

data memory. $36.96

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$36.46 5,001-10,000 90 Days

$35.80 10,001-15,000 120 Days

$35.62 >15,001 120 Days

  1005DC Data Rich Transponder (256 KB memory) w/

bracket Model ST-654-041 CN:MB, Data Rich Transponder

(256 KB memory) w/ bracket - Electronic

Identification w/ user writeable data memory. $39.96

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$39.46 5,001-10,000 90 Days

$38.78 10,001-15,000 120 Days

$38.59 >15,001 120 Days

  1005DD Data Rich Transponder (256 KB memory) w/

magnetic bracket Model ST-654-041 CN:MM, Data Rich

Transponder (256 KB memory) w/ magnetic bracket -

Electronic Identification w/ user writeable data

memory. $45.95

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$45.45 5,001-10,000 90 Days

$44.74 10,001-15,000 120 Days

$44.52 >15,001 120 Days

  1005EA Sensor Transponder (256K memory minimum)

Model ST-674-040, Sensor Transponder (256K memory

minimum) Electronic Identification plus temperature,

humidity, shock monitoring/logging. $98.90

  1005EB Sensor Transponder (256K memory minimum)

w/ bracket Model ST-674-040 CN:MB, Sensor Transponder

(256K memory minimum) w/ bracket - Electronic

Identification plus temperature, humidity, shock

monitoring/logging. $100.90

  1005EC Sensor Transponder (256K memory minimum)

w/ magnetic bracket Model ST-674-040 CN:MM, Sensor

Transponder (256K memory minimum) w/ magnetic bracket

- Electronic Identification plus temperature,

humidity, shock monitoring/logging. $108.89

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 43

Page 44: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 57 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

1005FA Door Mounted Container Intrusion Detection

GPS Enabled Transponder (256K memory minimum) Model

ST-675-040, Door Mounted Container Intrusion

Detection Transponder (256K memory minimum) GPS

Enabled - Electronic Identification plus condition

monitoring and logging, event detection. $144.86

  

1005GA Transponder write cable standard USB to

mini USB Model STA-1032, Transponder write cable

standard USB to mini USB $4.50

 (End of narrative B001)

     

1006 ACTIVE RFID TRANSPONDERS (ISO 18000-7008) WI   

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   

1006AA License Plate Transponder Model ST-621-

030-NSN, License Plate Transponder w/ DLA label -

Electronic Identification w/ no user writeable data memory. $23.98

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery $23.48 $22.98

5,001-10,000 90 Days 10,001-15,000 120 Days

$22.77 >15,001 120 Days

  

1006AB License Plate Transponder w/ bracket

Model ST-621-030-NSN CN:MB, License Plate Transponder

w/ bracket w/ DLA label - Electronic Identification w/ no user writeable data memory. $24.98

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery $24.48 $23.88

5,001-10,000 90 Days 10,001-15,000 120 Days

$23.76 >15,001 120 Days

  

1006AC License Plate Transponder w/ magnetic

bracket Model ST-621-030-NSN CN:MM, License Plate

Transponder w/ magnetic bracket w/ DLA label -

Electronic Identification w/ no user writeable data memory. $32.34

 Quantity Discount Based on

Delivery Schedule Provided as follows:

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 44

Page 45: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 58 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

 Rate Qty Delivery

$32.84 5,001-10,000 90 Days

$31.20 10,001-15,000 120 Days

$31.04 >15,001 120 Days

  1006AD License Plate Door Mounted Container

Transponder Model ST-626-030-NSN, License Plate Door

Mounted Container Transponder w/ DLA Label -

Electronic Identification w/ no user writeable data

memory. $87.91

  1006BA Asset Transponder (2K memory) Model ST-618-

030-NSN, Asset Transponder (2K memory) w/ DLA label -

Electronic Identification w/ user writeable data

memory. $24.50

  1006BB Asset Transponder (2K memory) w/ bracket

Model ST-618-030-NSN CN:MB, Asset Transponder (2K

memory) w/ bracket w/ DLA label - Electronic

Identification w/ user writeable data memory. $26.46

  1006BC Asset Transponder (2K memory) w/ magnetic

bracket Model ST-618-030-NSN CN:MM, Asset

Transponder (2K memory) w/ magnetic bracket w/ DLA

label - Electronic Identification w/ user writeable

data memory. $33.97

  1006CA Asset Transponder w/ Non-Replaceable

Battery (2KB memory) Model ST-616-031-NSN, Asset

Transponder w/ Non-Replaceable Battery w/ DLA label

(2KB memory) $24.50

  1006DA Door Mounted Data Rich Container

Transponder (256 KB memory) Model ST-656-040-NSN,

Door Mounted Data Rich Container Transponder (256 KB

memory) w/ DLA Label - Electronic Identification w/

user writeable data memory. $96.04

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$95.54 5,001-10,000 90 Days

$94.57 10,001-15,000 120 Days

$94.09 >15,001 120 Days

  1006DB Data Rich Transponder (256 KB memory)

Model ST-654-041-NSN, Data Rich Transponder (256 KB

memory) w/ DLA label - Electronic Identification w/

user writeable data memory. $37.96

 Quantity Discount Based on

Delivery Schedule Provided as follows:

Rate Qty Delivery

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 45

Page 46: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 59 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

$37.46 $36.79

 5,001-10,000 90 Days 10,001-15,000 120 Days

$36.61 >15,001 120 Days

  

1006DC Data Rich Transponder (256 KB memory) w/

bracket ST-654-041-NSN CN:MB, Data Rich Transponder

(256 KB memory) w/ bracket w/ DLA label - Electronic

Identification w/ user writeable data memory. $40.96

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery $40.46 $39.78

5,001-10,000 90 Days 10,001-15,000 120 Days

$39.58 >15,001 120 Days

  

1006DD Data Rich Transponder (256 KB memory) w/

magnetic bracket Model ST-654-041-NSN CN:MM, Data

Rich Transponder (256 KB memory) w/ magnetic bracket

w/ DLA label - Electronic Identification w/ user

writeable data memory. $46.95

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery $46.45 $45.74

5,001-10,000 90 Days 10,001-15,000 120 Days

$45.51 >15,001 120 Days

  

1006EA Sensor Transponder (256K memory minimum)

Model ST-674-040-NSN , Sensor Transponder (256K

memory minimum) w/ DLA label - Electronic

Identification plus temperature, humidity, shock

monitoring/logging. $99.90

  

1006EB Sensor Transponder (256K memory minimum)

w/ bracket Model ST-674-040-NSN CN:MB, Sensor

Transponder (256K memory minimum) w/ bracket w/ DLA

label - Electronic Identification plus temperature,

humidity, shock monitoring/logging. $101.90

  

1006EC Sensor Transponder (256K memory minimum)

w/ magnetic bracket Model ST-674-040-NSN CN:MM,

Sensor Transponder (256K memory minimum) w/ magnetic

bracket w/ DLA label - Electronic Identification plus

temperature, humidity, shock monitoring/logging. $109.89

  

1006FA Door Mounted Container Intrusion Detection

GPS Enabled Transponder (256K memory minimum) Model

ST-675-040-NSN (NSN: 016312568) Door Mounted

Container Intrusion Detection GPS Enabled Transponder

(256K memory minimum) w/ DLA label - Electronic

Identification plus condition monitoring and logging,

event detection. $145.85

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 46

Page 47: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 60 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

 (End of narrative B001)

     

1007 RF RELAY   

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   

1007AA Radio Frequency Relay (RFR) Model RFR-300-

031-3, Fortress Radio Frequency Relay (RFR) - Allows

wireless separation of fixed interrogator and FDU,

includes Fortress Technologies RF Relay, Bundled

Antenna, North American VAC Power and Plug. 3-year

warranty. $5,975.33

  

1007AB Radio Frequency Relay (RFR) Model RFR-300-

031-4, Fortress Radio Frequency Relay (RFR) - Allows

wireless separation of fixed interrogator and FDU,

includes Fortress Technologies RF Relay, Bundled

Antenna, North American VAC Power and Plug. 4-year

warranty. $6,828.95

  

1007AC Radio Frequency Relay (RFR) Model RFR-300-

031-5, Fortress Radio Frequency Relay (RFR) - Allows

wireless separation of fixed interrogator and FDU ,

includes Fortress Technologies RF Relay, Bundled

Antenna, North American VAC Power and Plug. 5-year

warranty. $7,682.57

  

1007AD RFR Mounting Structure Model ACC-1006, RFR

Mounting Structure. $489.60

  

1007AE RFR Mounting Kit RFRA-300-034, RFR

Mounting Kit. $57.20

  

1007AF RFR Battery Charger Model ACC-3012 Battery Charger for ES-1403, RFR Battery Charger. $138.77

  

1007AG RFR AC/DC Power Adapters (when required

for operation) Model RFRA-300-031 RFR Outdoor AC/DC

Power Adapter, RFR AC/DC Power Adapters (when

required for operation). $160.16

  

1007AH RFR DC Power Adapters and Cables (Vehicle)

Model RFRA-300-032 RFR DC Vehicle Cable, RFR DC Power

Adapters and Cables (Vehicle). $65.21

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 47

Page 48: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 61 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

         1008

 

1007AJ RFR Rechargeable Battery Model ES-1403 Gel

Cell Battery, RFR Rechargeable Battery. $383.24

(End of narrative B001)

 

 

RFID SATELLITE COMMUNICATION EQUIPMENT

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1008AA Satellite Iridium Modem w/ GPS Model A3LA-

RG-SVR-KIT-3, Satellite Iridium Modem w/ GPS, NAL

Satellite Modem with 10-foot Serial Cable, NAL Omni-

Directional Satellite Antennas with 5-foot Cable, and

Connectors, 3 year warranty. $2,402.40

  1008AB Satellite Iridium Modem w/ GPS Model A3LA-

RG-SVR-KIT-4, Satellite Iridium Modem w/ GPS, NAL

Satellite Modem with 10-foot Serial Cable, NAL Omni-

Directional Satellite Antennas with 5-foot Cable, and

Connectors, 4 year warranty. $2,516.80

  1008AC Satellite Iridium Modem w/ GPS Model A3LA-

RG-SVR-KIT-5, Satellite Iridium Modem w/ GPS, NAL

Satellite Modem with 10-foot Serial Cable, NAL Omni-

Directional Satellite Antennas with 5-foot Cable, and

Connectors, 5 year warranty. $2,631.20

  1008AD Mast Mount Antenna Model SAF5350A-SV,

Mast Mount Antenna. $388.96

  1008AE Stationary Magnetic Mount Antenna Model

SAF5340-A-SV, Stationary Magnetic Mount Antenna.

$205.92

  1008AF Portable Magnetic Mount Antenna Model

SYN7391A-SV, Portable Magnetic Mount Antenna.

$102.96

  1008AG GPS Antenna Model SAF5270G-SV, GPS

Antenna. $48.05

  1008AH AC/DC Power Adapter (if required for

operation) Model LA-3098, AC/DC Power Adapter (if

required for operation). $194.48

  1008AJ Rechargeable Battery Model SYN-LI-416AH-

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 48

Page 49: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 62 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                     1009

 

SV, Rechargeable Battery. $514.80

  1008AK Battery Charger Model SYN-FR-LiAH-SV,

Battery Charger. $137.28

  1008AM AC/DC Power Adapters and Cables (Vehicle)

Model SYN-DC-936-SV, AC/DC Power Adapters and Cables

(Vehicle). $251.68

  1008AN 10-foot Serial Cable Model HRC-24-7XA, 10-

foot Serial Cable. $148.72

 (End of narrative B001)

   

RFID SATELLITE COMMUNICATION SERVICE

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1009AA Satellite Service Model STD-USNORTH-

USPACOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Northern

Command (USNORTHCOM) to U.S. Pacific Command

(USPACOM). $34.32

  1009AB Satellite Service

Model STD-USNORTH-USCENTCOM, 60 messages/unit, per

month, - to be purchased per each SatCom tag

purchased - to be prepaid monthly. Satellite Service -

U. S. Northern Command (USNORTHCOM) to U.S. Central

Command (USCENTCOM). $34.32

  1009AC Satellite Service Model STD-USNORTH-

USEUCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Northern

Command (USNORTHCOM) to U.S. European Command

(USEUCOM). $34.32

  1009AD Satellite Service Model STD-USNORTH-

USAFRICOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Northern

Command (USNORTHCOM) to U.S. African Command

(USAFRICOM). $34.32

  1009AE Satellite Service Model STD-USNORTHCOM,

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 49

Page 50: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 63 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

60 messages/unit, per month, - to be purchased per

each SatCom tag purchased - to be prepaid monthly.

Satellite Service - Locations w/in U.S. Northern

Command (USNORTHCOM). $34.32

  1009AF Satellite Service Model STD-USPAC-

USCENTCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Pacific

Command (USPACOM) to U.S. Central Command

(USCENTCOM). $34.32

  1009AG Satellite Service Model STD-USPAC-

USNORTHCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Pacific

Command (USPACOM) to U.S. Northern Command

(USNORTHCOM). $34.32

  1009AH Satellite Service Model STD-USPAC-

USEUCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Pacific

Command (USPACOM) to U.S. European Command (USEUCOM).

$34.32

  1009AJ Satellite Service Model STD-USPAC-

USAFRICOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Pacific

Command (USPACOM) to U.S. African Command

(USAFRICOM). $34.32

  1009AK Satellite Service Model STD-USPACOM, 60

messages/unit, per month, - to be purchased per each

SatCom tag purchased - to be prepaid monthly.

Satellite Service - Locations w/in U.S. Pacific

Command (USPACOM). $34.32

  1009AM Satellite Service Model STD-USCENT-

USNORTHCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Central

Command (USCENTCOM) to U.S. Northern Command

(USNORTHCOM). $34.32

  1009AN Satellite Service Model STD-USCENT-

USPACOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Central

Command (USCENTCOM) to U.S. Pacific Command

(USPACOM). $34.32

  1009AP Satellite Service Model STD-USCENT-

USEUCOM, 60 messages/unit, per month, - to be

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 50

Page 51: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 64 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Central

Command (USCENTCOM) to U.S. European Command

(USEUCOM). $34.32

  1009AQ Satellite Service Model STD-USCENT-

USAFRICOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Central

Command (USCENTCOM) to U.S. African Command

(USAFRICOM). $34.32

  1009AR Satellite Service Model STD-USCENTCOM, 60

messages/unit, per month, - to be purchased per each

SatCom tag purchased - to be prepaid monthly.

Satellite Service - Locations w/in U.S. Central

Command (USCENTCOM). $34.32

  1009AS Satellite Service Model STD-USEU-

USNORTHCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. European

Command (USEUCOM) to U.S. Northern Command

(USNORTHCOM). $34.32

  1009AT Satellite Service Model STD-USEU-USPACOM,

60 messages/unit, per month, - to be purchased per

each SatCom tag purchased - to be prepaid monthly.

Satellite Service - U.S. European Command (USEUCOM)

to U.S. Pacific Command (USPACOM). $34.32

  1009AU Satellite Service Model STD-USEU-

USCENTCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. European

Command (USEUCOM) to U.S. Central Command

(USCENTCOM). $34.32

  1009AV Satellite Service Model STD-USEU-

USAFRICOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. European

Command (USEUCOM) to U.S. African Command

(USAFRICOM). $34.32

  1009AW Satellite Service Model STD-USEUCOM, 60

messages/unit, per month, - to be purchased per each

SatCom tag purchased - to be prepaid monthly.

Satellite Service - Locations w/in U.S. European

Command (USEUCOM). $34.32

  1009AX Satellite Service Model STD-USAFRI-

USNORTHCOM,60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. African

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 51

Page 52: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 65 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                        1010

 

Command (USAFRICOM) to U.S. Northern Command

(USNORTHCOM). $34.32

  1009AY Satellite Service Model STD-USAFRI-

USPACOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. African

Command (USAFRICOM) to U.S. Pacific Command

(USPACOM). $34.32

  1009AZ Satellite Service Model STD-USAFRI-

USCENTCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. African

Command (USAFRICOM) to U.S. Central Command

(USCENTCOM). $34.32

  1009BA Satellite Service Model STD-USAFRI-

USEUCOM,60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. African

Command (USAFRICOM) to U.S. European Command

(USEUCOM). $34.32

  1009BB Satellite Service Model STD-AFRICOM, 60

messages/unit, per month, - to be purchased per each

SatCom tag purchased - to be prepaid monthly.

Satellite Service - Locations w/in U.S. African

Command (USAFRICOM). $34.32

 (End of narrative B001)

   

REAL TIME LOCATING SYSTEM (RTLS)

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1010AA RTLS Transponder Model ST-832 Ubisense

RTLS Series 7000 Industrial Tag (RTLS Transponder),

Includes one Ubisense Asset Management Software per

Asset Tag License. $222.22

  1010AB RTLS Interrogator (Locator) Model SR-850,

Ubisense RTLS Series 7000 IP65 Sensor (RTLS

Interrogator (Locator)), Includes Power Over

Ethernet (POE). Includes one Ubisense Asset

Management Software per Sensor License. $1,969.70

  1010AC RTLS Software Model RTLS-SW-UBI, Ubisense

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 52

Page 53: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 66 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

         1011

 

RTLS Software, Asset Management Software, Includes

License for one site. $808.08

 (End of narrative B001)

   

PORTABLE DEPLOYMENT KIT (PDK)

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1011AA PDK Lite Model LITE-PDK1-RI001-001-3, PDK

Lite - Getac F110, 11.6" Ruggedized tablet w/

read/write software applications, RFID pod

interrogator (150 feet) w/9' USB cable, NAL satellite

modem w/ GPS, power adapters, in Transit Case, 3 year

warranty. 90-day Delivery Required $7,011.20

  1011AB PDK Lite Model LITE-PDK1-RI001-001-4,PDK

Lite - Getac F110, 11.6" Ruggedized tablet w/

read/write software applications, RFID pod

interrogator (150 feet) w/9' USB cable, NAL satellite

modem w/ GPS, power adapters, in Transit Case, 4 year

warranty. 90-day Delivery Required $7,361.76

  1011AC PDK Lite Model LITE-PDK1-RI001-001-5, PDK

Lite - Getac F110, 11.6" Ruggedized tablet w/

read/write software applications, RFID pod

interrogator (150 feet) w/9' USB cable, satellite

modem w/ GPS, power adapters, in Transit Case, 5 year

warranty. 90-day Delivery Required $7,729.85

  1011AD Ruggedized tablet w/ read/write software

applications Model Getac F110, Ruggedized Tablet w/

read/write software applications. 90-day Delivery

Required $3,887.91

  1011AE RFID pod interrogator (150 feet) Model

SMR-650-218-3 CN:ISO, RFID Pod Interrogator (150

feet). 90-day Delivery Required $313.62

  1011AF Power Adapters Model PDK-AC-02, Power

Adapters. 90-day Delivery Required $74.16

  1011AG Cables Model PDK-AC-06, Cables. 90-day

Delivery Required $259.19

  1011BA Portable Deployment Kit (PDK) Model TAV-

PDK1-RI001-041-3, Portable Deployment Kit (PDK) -

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 53

Page 54: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 67 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/out portable label printer in Transit

Case, includes: 1 -Getac B300 ruggedized notebook

computer with Software; 1 -AC Power supply with

universal plug adapter kit; 1 - DC Power cable with

cigarette lighter adapter input; 1 - DC Power cable

with NATO slave connector; 1 - Intermec CK70 w/GPS &

SMR-650 HHI with Mobile Software; 2 - Intermec

Rechargeable Batteries; 1 - Intermec Desktop Dock

w/Battery Charger with integrated power; 1 - Intermec

Adapter to DB-9 ; 1 - NAL Iridium Satellite modem

w/GPS; 1 - NAL Antenna for Satellite Modem; 1 - NAL

GPS Antenna; 1 - Savi active RFID POD Interrogator,

with 9 Ft. USB cable; 1 - Wiring Diagram Place Card;

1 - Users guide; and 1 - Transit Case , 3 year

warranty. 90-day Delivery Required $16,329.22

  1011BB Portable Deployment Kit (PDK) Model TAV-

PDK1-RI001-041-4, Portable Deployment Kit (PDK) -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/out portable label printer in Transit

Case, includes: 1 -Getac B300 ruggedized notebook

computer with Software; 1 -AC Power supply with

universal plug adapter kit; 1 - DC Power cable with

cigarette lighter adapter input; 1 - DC Power cable

with NATO slave connector; 1 - Intermec CK70 w/GPS &

SMR-650 HHI with Mobile Software; 2 - Intermec

Rechargeable Batteries; 1 - Intermec Desktop Dock

w/Battery Charger with integrated power; 1 - Intermec

Adapter to DB-9 ; 1 - NAL Iridium Satellite modem

w/GPS; 1 - NAL Antenna for Satellite Modem; 1 - NAL

GPS Antenna; 1 - Savi active RFID POD Interrogator,

with 9 Ft. USB cable; 1 - Wiring Diagram Place Card;

1 - Users guide; and 1 - Transit Case, 4 year

warranty. 90-day Delivery Required $17,145.68

  1011BC Portable Deployment Kit (PDK) Model TAV-

PDK1-RI001-041-5, Portable Deployment Kit (PDK) -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/out portable label printer in Transit

Case, includes: 1 -Getac B300 ruggedized notebook

computer with Software; 1 -AC Power supply with

universal plug adapter kit; 1 - DC Power cable with

cigarette lighter adapter input; 1 - DC Power cable

with NATO slave connector; 1 - Intermec CK70 w/GPS &

SMR-650 HHI with Mobile Software; 2 - Intermec

Rechargeable Batteries; 1 - Intermec Desktop Dock

w/Battery Charger with integrated power; 1 - Intermec

Adapter to DB-9 ; 1 - NAL Iridium Satellite modem

w/GPS; 1 - NAL Antenna for Satellite Modem; 1 - NAL

GPS Antenna; 1 - Savi active RFID POD Interrogator,

with 9 Ft. USB cable; 1 - Wiring Diagram Place Card;

1 - Users guide; and 1 - Transit Case, 5 year

warranty. 90-day Delivery Required $18,002.97

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 54

Page 55: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 68 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

 1011BD Portable Deployment Kit (PDK) w/ portable

label printer Model TAV-PDK1-RI001-042-3, Portable

Deployment Kit (PDK) w/ portable label printer -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/ portable label printer in Transit Case,

includes: 1 -Getac B300 ruggedized notebook computer

with Software; 1 -AC Power supply with universal plug

adapter kit; 1 - DC Power cable with cigarette

lighter adapter input; 1 - DC Power cable with NATO

slave connector; 1 - Intermec CK70 w/GPS & SMR-650

HHI with Mobile Software; 2 - Intermec Rechargeable

Batteries; 1 - Intermec Desktop Dock w/Battery

Charger with integrated power; 1 - Intermec Adapter

to DB-9 ; 1 - NAL Iridium Satellite modem w/GPS; 1 -

NAL Antenna for Satellite Modem; 1 - NAL GPS Antenna;

1 - Savi active RFID POD Interrogator, with 9 Ft. USB

cable; 1 - Wiring Diagram Place Card; 1 - Users

guide; 1 - Zebra P4T Portable Barcode Printer with

long-life Print Head (not user replaceable); 1 -

Zebra Printer Interface Cable for the P4T; 1 -

Tutorial application; 2 - Zebra Printer Batteries

(Operating and Spare) for the P4T; 1 - Zebra Printer

Battery Charger for the P4T with Savi integrated

power; 1 - Roll of Zebra Printer Label Stock for the

P4T, (50), 4 X 6 labels, polyester material ; 1 -

Zebra Printer Ribbon Cartridge for the P4T, Thermal

Transfer, and 1 - Transit Case, 3 year warranty. 90-

day Delivery Required $17,430.80

  1011BE Portable Deployment Kit (PDK) w/ portable

label printer Model TAV-PDK1-RI001-042-4, Portable

Deployment Kit (PDK) w/ portable label printer -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/ portable label printer in Transit Case,

includes: 1 -Getac B300 ruggedized notebook computer

with Software; 1 -AC Power supply with universal plug

adapter kit; 1 - DC Power cable with cigarette

lighter adapter input; 1 - DC Power cable with NATO

slave connector; 1 - Intermec CK70 w/GPS & SMR-650

HHI with Mobile Software; 2 - Intermec Rechargeable

Batteries; 1 - Intermec Desktop Dock w/Battery

Charger with integrated power; 1 - Intermec Adapter

to DB-9 ; 1 - NAL Iridium Satellite modem w/GPS; 1 -

NAL Antenna for Satellite Modem; 1 - NAL GPS Antenna;

1 - Savi active RFID POD Interrogator, with 9 Ft. USB

cable; 1 - Wiring Diagram Place Card; 1 - Users

guide; 1 - Zebra P4T Portable Barcode Printer with

long-life Print Head (not user replaceable); 1 -

Zebra Printer Interface Cable for the P4T; 1 -

Tutorial application; 2 - Zebra Printer Batteries

(Operating and Spare) for the P4T; 1 - Zebra Printer

Battery Charger for the P4T with Savi integrated

power; 1 - Roll of Zebra Printer Label Stock for the

P4T, (50), 4 X 6 labels, polyester material ; 1 -

Zebra Printer Ribbon Cartridge for the P4T, Thermal

Transfer, rand 1 - Transit Case, 4 year warranty. 90-

day Delivery Required $18,302.34

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 55

Page 56: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 69 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

  

1011BF Portable Deployment Kit (PDK) w/ portable

label printer Model TAV-PDK1-RI001-042-5, Portable

Deployment Kit (PDK) w/ portable label printer -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/ portable label printer in Transit Case,

includes: 1 -Getac B300 ruggedized notebook computer

with Software; 1 -AC Power supply with universal plug

adapter kit; 1 - DC Power cable with cigarette

lighter adapter input; 1 - DC Power cable with NATO

slave connector; 1 - Intermec CK70 w/GPS & SMR-650

HHI with Mobile Software; 2 - Intermec Rechargeable

Batteries; 1 - Intermec Desktop Dock w/Battery

Charger with integrated power; 1 - Intermec Adapter

to DB-9 ; 1 - NAL Iridium Satellite modem w/GPS; 1 -

NAL Antenna for Satellite Modem; 1 - NAL GPS Antenna;

1 - Savi active RFID POD Interrogator, with 9 Ft. USB

cable; 1 - Wiring Diagram Place Card; 1 - Users

guide; 1 - Zebra P4T Portable Barcode Printer with

long-life Print Head (not user replaceable); 1 -

Zebra Printer Interface Cable for the P4T; 1 -

Tutorial application; 2 - Zebra Printer Batteries

(Operating and Spare) for the P4T ; 1 - Zebra Printer

Battery Charger for the P4T with Savi integrated

power; 1 - Roll of Zebra Printer Label Stock for the

P4T, (50), 4 X 6 labels, polyester material; 1 -

Zebra Printer Ribbon Cartridge for the P4T, Thermal

Transfer, and 1 - Transit Case, 5 year warranty. 90-

day Delivery Required $19,217.45

  

1011BG Ruggedized notebook computer w/ read/write

software applications Model Getac B300. Ruggedized

Notebook Computer w/ read/write software applications. 90-day Delivery Required $4,535.90

  

1011BH Power Adapters Model PDK-AC-02, Power Adapters. 90-day Delivery Required $74.16

  

1011BK Cables Model PDK-AC-04, Cables. 90-day Delivery Required $259.19

  

1011CA Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHDP4-06-3,

Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/ portable label printer; CLIN

1011BD) + cable adapters, fixed interrogator, RF

relays, data rich transponder, tripods, mounting

kits, required tools, power cords, outlet strips,

power inverter, padlocks, and cabling, includes: 1 -

PDK with Portable Printer Transit Case ; 2 - Transit

Cases with foam inserts containing: 1 - RS-232 to USB

Adapter; 1 - RS-232 to RS-485 Adapter; 1 - Active

Fixed Interrogator SR-650 (includes: Software (CAI

Driver), capable of Worldwide AC Power (cable &

adapters included), capable of DC Power, Ethernet or

RS-485 capable (cables included), and Documentation);

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 56

Page 57: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 70 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

2 - Fortress Technologies RF Relay, Bundled Antenna,

capable of Worldwide AC Power (cables and adapters

included), capable of DC Power (cables included),

Mounting Kit and Ethernet Cable; 1 - Data Rich

Transponder; 2 - Mounting Structure; 1 - Mounting

Kit; 1 - Technician Tool Kit (required tools and

supplies to set up EEDSK); 2 - 6-outlet Power Strips;

2 - 25 ft. Extension Cord, 14 gauge, triple outlet; 2

- 50 ft. Extension Cord, 14 gauge, single outlet; 6 -

Padlocks with key (2 per case, includes a set for

the PDK); 1 - DC-to-AC Inverter, 300W with cigarette

lighter adapter and alligator clip; 1 - Transponder

Hardwire Electrical Interface Cable (USB); Diagrams

for each case; Packing lists for each case;

Installation Manual (hard copy and electronic copy) &

Manuals for Individual RFID Products, 3 year

warranty. 90-day Delivery Required $33,619.20

  1011CB Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHDP4-06-

4,Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/ portable label printer; CLIN

1011BE) + cable adapters, fixed interrogator, RF

relays, data rich transponder, tripods, mounting

kits, required tools, power cords, outlet strips,

power inverter, padlocks, and cabling, includes: 1 -

PDK with Portable Printer Transit Case ; 2 - Transit

Cases with foam inserts containing: 1 - RS-232 to USB

Adapter; 1 - RS-232 to RS-485 Adapter; 1 - Active

Fixed Interrogator SR-650 (includes: Software (CAI

Driver), capable of Worldwide AC Power (cable &

adapters included), capable of DC Power, Ethernet or

RS-485 capable (cables included), and Documentation);

2 - Fortress Technologies RF Relay, Bundled Antenna,

capable of Worldwide AC Power (cables and adapters

included), capable of DC Power (cables included),

Mounting Kit and Ethernet Cable; 1 - Data Rich

Transponder; 2 - Mounting Structure; 1 - Mounting

Kit; 1 - Technician Tool Kit (required tools and

supplies to set up EEDSK); 2 - 6-outlet Power Strips;

2 - 25 ft. Extension Cord, 14 gauge, triple outlet; 2

- 50 ft. Extension Cord, 14 gauge, single outlet; 6 -

Padlocks with key (2 per case, includes a set for

the PDK); 1 - DC-to-AC Inverter, 300W with cigarette

lighter adapter and alligator clip; 1 - Transponder

Hardwire Electrical Interface Cable (USB); Diagrams

for each case; Packing lists for each case;

Installation Manual (hard copy and electronic copy) &

Manuals for Individual RFID Products,4 year warranty.

90-day Delivery Required $35,300.16

  1011CC Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHDP4-06-

5,Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/ portable label printer; CLIN

1011BF) + cable adapters, fixed interrogator, RF

relays, data rich transponder, tripods, mounting

kits, required tools, power cords, outlet strips,

power inverter, padlocks, and cabling, includes: 1 -

PDK with Portable Printer Transit Case ; 2 - Transit

Cases with foam inserts containing: 1 - RS-232 to USB

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 57

Page 58: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 71 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Adapter; 1 - RS-232 to RS-485 Adapter; 1 - Active

Fixed Interrogator SR-650 (includes: Software (CAI

Driver), capable of Worldwide AC Power (cable &

adapters included), capable of DC Power, Ethernet or

RS-485 capable (cables included), and Documentation);

2 - Fortress Technologies RF Relay, Bundled Antenna,

capable of Worldwide AC Power (cables and adapters

included), capable of DC Power (cables included),

Mounting Kit and Ethernet Cable; 1 - Data Rich

Transponder; 2 - Mounting Structure; 1 - Mounting

Kit; 1 - Technician Tool Kit (required tools and

supplies to set up EEDSK); 2 - 6-outlet Power Strips;

2 - 25 ft. Extension Cord, 14 gauge, triple outlet; 2

- 50 ft. Extension Cord, 14 gauge, single outlet; 6 -

Padlocks with key (2 per case, includes a set for

the PDK); 1 - DC-to-AC Inverter, 300W with cigarette

lighter adapter and alligator clip; 1 - Transponder

Hardwire Electrical Interface Cable (USB); Diagrams

for each case; Packing lists for each case;

Installation Manual (hard copy and electronic copy) &

Manuals for Individual RFID Products, 5 year

warranty. 90-day Delivery Required $37,065.17

  1011CD Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHD4-06-3,

Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/out portable label printer; CLIN

1011BA) + cable adapters, fixed interrogator (300

feet), RF relays, data rich transponder, tripods,

mounting kits, required tools, power cords, outlet

strips, power inverter, padlocks, and cabling,

includes: 1 - PDK (without Portable Printer) Transit

Case ; 2 - Transit Cases with foam inserts

containing: 1 - RS-232 to USB Adapter; 1 - RS-232 to

RS-485 Adapter; 1 - Active Fixed Interrogator SR-650

(includes: Software (CAI Driver), capable of

Worldwide AC Power (cable & adapters included),

capable of DC Power, Ethernet or RS-485 capable

(cables included), and Documentation); 2 - Fortress

Technologies RF Relay, Bundled Antenna, capable of

Worldwide AC Power (cables and adapters included),

capable of DC Power (cables included), Mounting Kit

and Ethernet Cable; 1 - Data Rich Transponder; 2 -

Mounting Structure; 1 - Mounting Kit; 1 - Technician

Tool Kit (required tools and supplies to set up

EEDSK); 2 - 6-outlet Power Strips; 2 - 25 ft.

Extension Cord, 14 gauge, triple outlet; 2 - 50 ft.

Extension Cord, 14 gauge, single outlet; 6 - Padlocks

with key (2 per case, includes a set for the PDK); 1 -

DC-to-AC Inverter, 300W with cigarette lighter

adapter and alligator clip; 1 - Transponder Hardwire

Electrical Interface Cable (USB); Diagrams for each

case; Packing lists for each case; Installation

Manual (hard copy and electronic copy) & Manuals for

Individual RFID Products, 3 year warranty. 90-day

Delivery Required $32,568.60

  1011CE Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHD4-06-

4,Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/out portable label printer; CLIN

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 58

Page 59: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 72 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

1011BB) + cable adapters, fixed interrogator (300

feet), RF relays, data rich transponder, tripods,

mounting kits, required tools, power cords, outlet

strips, power inverter, padlocks, and cabling,

includes: 1 - PDK (without Portable Printer) Transit

Case ; 2 - Transit Cases with foam inserts

containing: 1 - RS-232 to USB Adapter; 1 - RS-232 to

RS-485 Adapter; 1 - Active Fixed Interrogator SR-650

(includes: Software (CAI Driver), capable of

Worldwide AC Power (cable & adapters included),

capable of DC Power, Ethernet or RS-485 capable

(cables included), and Documentation); 2 - Fortress

Technologies RF Relay, Bundled Antenna, capable of

Worldwide AC Power (cables and adapters included),

capable of DC Power (cables included), Mounting Kit

and Ethernet Cable; 1 - Data Rich Transponder; 2 -

Mounting Structure; 1 - Mounting Kit; 1 - Technician

Tool Kit (required tools and supplies to set up

EEDSK); 2 - 6-outlet Power Strips; 2 - 25 ft.

Extension Cord, 14 gauge, triple outlet; 2 - 50 ft.

Extension Cord, 14 gauge, single outlet; 6 - Padlocks

with key (2 per case, includes a set for the PDK); 1 -

DC-to-AC Inverter, 300W with cigarette lighter

adapter and alligator clip; 1 - Transponder Hardwire

Electrical Interface Cable (USB); Diagrams for each

case; Packing lists for each case; Installation

Manual (hard copy and electronic copy) & Manuals for

Individual RFID Products, 4 year warranty. 90-day

Delivery Required $34,197.03

  1011CF Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHD4-06-5,

Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/out portable label printer; CLIN

1011BC) + cable adapters, fixed interrogator (300

feet), RF relays, data rich transponder, tripods,

mounting kits, required tools, power cords, outlet

strips, power inverter, padlocks, and cabling,

includes: 1 - PDK (without Portable Printer) Transit

Case ; 2 - Transit Cases with foam inserts

containing: 1 - RS-232 to USB Adapter; 1 - RS-232 to

RS-485 Adapter; 1 - Active Fixed Interrogator SR-650

(includes: Software (CAI Driver), capable of

Worldwide AC Power (cable & adapters included),

capable of DC Power, Ethernet or RS-485 capable

(cables included), and Documentation); 2 - Fortress

Technologies RF Relay, Bundled Antenna, capable of

Worldwide AC Power (cables and adapters included),

capable of DC Power (cables included), Mounting Kit

and Ethernet Cable; 1 - Data Rich Transponder; 2 -

Mounting Structure; 1 - Mounting Kit; 1 - Technician

Tool Kit (required tools and supplies to set up

EEDSK); 2 - 6-outlet Power Strips; 2 - 25 ft.

Extension Cord, 14 gauge, triple outlet; 2 - 50 ft.

Extension Cord, 14 gauge, single outlet; 6 - Padlocks

with key (2 per case, includes a set for the PDK); 1 -

DC-to-AC Inverter, 300W with cigarette lighter

adapter and alligator clip; 1 - Transponder Hardwire

Electrical Interface Cable (USB); Diagrams for each

case; Packing lists for each case; Installation

Manual (hard copy and electronic copy) & Manuals for

Individual RFID Products, 5 year warranty. 90-day

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 59

Page 60: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 73 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Delivery Required $35,906.88

  1011CG Cable Adapters PDK-AC-02, Cable Adapters.

90-day Delivery Required $74.16

  1011CH Tripods Model ACC-1006, Tripods. 90-day

Delivery Required $489.60

  1011CJ Mounting Kit Model ACC-1007, Mounting

Kits. 90-day Delivery Required $494.40

  1011CK Required Tools Model ACC-1008, Required

Tools. 90-day Delivery Required $49.44

  1011CM Power Cords Model SRA-1007, Power Cords.

90-day Delivery Required $55.62

  1011CN Outlet Strips Model ACC-1009, Outlet

Strips. 90-day Delivery Required $98.88

  1011CP Power Inverter Model ACC-1011, Power

Inverter. 90-day Delivery Required $185.40

  1011CQ Padlocks Model ACC-1012, Padlocks. 90-day

Delivery Required $37.08

  1011CR Cabling Model SRA-1013, Cabling. 90-day

Delivery Required $247.20

  1011DA RF Relay TCG Model TCG-RFR-300-032-3, RF

Relay TCG, includes:

1 - RF Relay, w/ Mounting Kit; 1 - Solar Power

Module; 1 - Mounting Structure; 1 - Users

Manual; 1 - Communications Interface

Cable/Adapter; 2 - Batteries( operating and

spare); 1 - Battery Charger; 1 - AC Adapter

(when required for AC operation); 1 - Power Plug

Adapter, when required; 1 - Other Adapters and

Cables, when required; 1 - DC Power Cable (for

operation from vehicle electrical systems); and

(enter #) - Transit Case(s) 3 year warranty. 90-day

Delivery Required $13,784.73

  1011DB RF Relay TCG Model TCG-RFR-300-032-4, RF

Relay TCG, includes:

1 - RF Relay, w/ Mounting Kit; 1 - Solar Power

Module; 1 - Mounting Structure; 1 - Users

Manual; 1 - Communications Interface

Cable/Adapter; 2 - Batteries( operating and

spare); 1 - Battery Charger; 1 - AC Adapter

(when required for AC operation); 1 - Power Plug

Adapter, when required; 1 - Other Adapters and

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 60

Page 61: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 74 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Cables, when required; 1 - DC Power Cable (for

operation from vehicle electrical systems); and

(enter #) - Transit Case(s) 4 year warranty. 90-day

Delivery Required $14,473.97

  1011DC RF Relay TCG Model TCG-RFR-300-032-5, RF

Relay TCG, includes:

1 - RF Relay, w/ Mounting Kit; 1 - Solar Power

Module; 1 - Mounting Structure; 1 - Users

Manual; 1 - Communications Interface

Cable/Adapter; 2 - Batteries( operating and

spare); 1 - Battery Charger; 1 - AC Adapter

(when required for AC operation); 1 - Power Plug

Adapter, when required; 1 - Other Adapters and

Cables, when required; 1 - DC Power Cable (for

operation from vehicle electrical systems); and

(enter #) - Transit Case(s) 5 year warranty. 90-day

Delivery Required $15,197.67

  1011DD Solar Power Module Model MAPPS-380, Solar

Power Module. 90-day Delivery Required $5,981.40

  1011DE Mounting Structure Model ACC-1005,

Mounting Structure ( industrial tripod with stakes

and tie down cables and brackets). 90-day Delivery

Required $1,196.28

  1011DF Mounting Kit Model ACC-1004, Mounting Kit

(able to be attached to tripod or fix structure). 90-

day Delivery Required $358.88

  1011DG Communications Interface Cable/Adapter

Model SRA-1028, Communications Interface

Cable/Adapter. 90-day Delivery Required $239.26

  1011DH Batteries (operating and spare) Model

DEKA-8G31, Batteries (operating and spare). 90-day

Delivery Required $765.62

  1011DJ Battery Charger Model ACC-3012, Battery

Charger. 90-day Delivery Required $138.77

  1011DK AC Adapter Model SRA-1006, AC Adapter

(when required for AC operation). 90-day Delivery

Required $143.55

  1011DM Power Plug Adapter Model PDK-AC-02, Power

Plug Adapters. 90-day Delivery Required $74.16

  1011DN DC Power Cable Model SRA-1201, DC Power

Cable. 90-day Delivery Required $59.81

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 61

Page 62: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 75 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

1011DP Cables Model SRA-1010, Cables. 90-day

Delivery Required $239.26

  1011EA Solar Power Transit Case Model TCG-SRA-

1103-03-3, Solar Power Transit Case - Rigid solar

power module (capable of powering PC, fixed

interrogator, satellite modem, fan, etc.), tripod and

tripod mounting structure, user's manual,

rechargeable batteries (capable of power equipment

for 24 hours w/out sunlight), battery charger, power

adapters and cables (AC and DC power cables) in

transit case. 3 year warranty. 90-day Delivery

Required $8,755.20

  1011EB Solar Power Transit Case Model TCG-SRA-

1103-03-4, Solar Power Transit Case - Rigid solar

power module (capable of powering PC, fixed

interrogator, satellite modem, fan, etc.), tripod and

tripod mounting structure, user's manual,

rechargeable batteries (capable of power equipment

for 24 hours w/out sunlight), battery charger, power

adapters and cables (AC and DC power cables) in

transit case. 4 year warranty. 90-day Delivery

Required $9,192.96

  1011EC Solar Power Transit Case Model TCG-SRA-

1103-03-5, Solar Power Transit Case - Rigid solar

power module (capable of powering PC, fixed

interrogator, satellite modem, fan, etc.), tripod and

tripod mounting structure, user's manual,

rechargeable batteries (capable of power equipment

for 24 hours w/out sunlight), battery charger, power

adapters and cables (AC and DC power cables) in

transit case. 5 year warranty. 90-day Delivery

Required $9,652.61

  1011ED Rigid Solar Power Module Model MAPPS-380,

Rigid Solar Power Module (capable of powering PC,

fixed interrogator, satellite modem, fan, etc.). 90-

day Delivery Required $5,760.00

  1011EE Tripod Model ACC-1006, Tripod. 90-day

Delivery Required $489.60

  1011EF Tripod Mounting Structure Model ACC-1005,

Tripod Mounting Structure. 90-day Delivery Required

$1,152.00

  1011EG Rechargeable Batteries Model DEKA-8G31,

Rechargeable Batteries (capable of power equipment

for 24 hours w/out sunlight). 90-day Delivery

Required $737.28

  1011EH Battery Charger Model ACC-3012, Battery

Charger. 90-day Delivery Required $138.77

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 62

Page 63: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 76 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

               1012

 

  1011EJ Power Adapters Model PDK-AC-02, Power

Plug Adapters. 90-day Delivery Required $74.16

  1011EK Cable Model SRA-1000, Cables (AC and DC

power cables). 90-day Delivery Required $230.40

(End of narrative B001)

 

 

PORTABLE BAR CODE PRINTER

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1012AA Portable Printer w/ Carrying Case Model

ACC-1311-231-3, Portable Printer w/ Carrying Case 3

year warranty. $1,652.81

  1012AB Portable Printer w/ Carrying Case Model

ACC-1311-231-4, Portable Printer w/ Carrying Case 4

year warranty. $1,748.49

  1012AC Portable Printer w/ Carrying Case Model

ACC-1311-231-5, Portable Printer w/ Carrying Case 5

year warranty. $1,878.10

  1012AD Carrying Case w/ Strap Model ACC-1317,

Carrying Case w/ Strap. $60.12

  1012AE Battery Charger Model ACC-1319-1, Battery

Charger. $81.34

  1012AF Rechargeable Battery Model ACC-1312,

Rechargeable Battery. $113.17

  1012AG AC Adapter Model ACC-1313-2, AC Adapter.

$67.19

  1012AH Interface Cable Model ACC-1314, Interface

Cable. $28.30

  1012AJ Ribbon Model ACC-1315, Ribbon (thermal

transfer). $23.92

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 63

Page 64: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 77 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

           1013

                                         1014

 

1012AK Roll of (enter # of labels per roll)

Polyester Label Stock Model ACC-1306-1, Roll of (50

labels per roll) Polyester Label Stock (4" x 6").

$7.18

 (End of narrative B001)

   

SATELLITE TRANSPONDERS

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1013AA Satellite Enabled Transponder w/GPS Model

ST-694-400, Orbcomm GT2000 1-way comms Satellite

Enabled Generic Mount Transponder w/GPS (one way

transmit only). Includes rechargeable battery.

$748.80

  1013AB Satellite Enabled Transponder w/GPS Model

ST-694-450, Orbcomm GT2000 2-way comms Satellite

Enabled Generic Mount Transponder w/GPS (transmit and

receive). Includes rechargeable battery. $748.80

  1013AC Satellite Enabled Intrusion Detection

Transponder w/GPS Model ST-696-400, Orbcomm GT2000 1-

way comms, Satellite Enabled Intrusion Detection

Container Mount Transponder w/GPS (one way transmit

only). Includes rechargeable battery. $811.20

  1013AD Satellite Enabled Intrusion Detection

Transponder w/GPS (Gen2) Model ST-696-450, Orbcomm

GT2000 2-way comms, Satellite Enabled Intrusion

Detection Container Mount Transponder w/GPS

(transmit and receive). Includes rechargeable

battery. $811.20

 (End of narrative B001)

     APPLICATION SOFTWARE

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1014AA Fixed Interrogator Read Application.

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 64

Page 65: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 78 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                  1015

 

$357.00

  1014AB Write Station Application. $357.00

  1014AC Handheld Application. $269.50

  1014AD Software Development Kit License.

$4,081.70

 (End of narrative B001)

   

TECHNICAL ENGINEERING SERVICES (TES)

SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   This CLIN is to provide aRFID-IV Technical

Engineering Services (TES) on a Firm Fixed Price

basis in accordance with the aRFID IV Performance

Work Statement (PWS).

 SECURITY CLASS: Determined at Task Order Level

 CLAUSES: Additional clauses required to perform

OCONUS shall be added at the Task Order level.

 Specific requirements and pricing shall be set forth

under individual Task Orders.

 Pricing will be based on the established price model.

 Inspection, Acceptance, and FOB Point shall be

specified by incorporating the appropriate clauses

from Sections E and F on each individual Task Order.

 Delivery and Period of Performance Schedule(s) shall

be determined on each individual Task Order.

 Individual TES CLINs/SLINs to be assigned at Task

Order Level. TES projects may include a combination

of the following listed Labor Categories:

 Project Manager - Government Site. $69.13/HR

Systems Analyst - Government Site. $48.66/HR

Program/Analyst - Government Site. $59.38/HR

Junior Programmer - Government Site. $52.69/HR

Senior Programmer - Government Site. $68.13/HR

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 65

Page 66: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 79 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Systems Engineer - Government Site. $52.69/HR

Senior Systems Engineer - Government Site. $64.06/HR

Software Systems Designer - Government Site.

$53.13/HR

 Senior Software Systems Engineer - Government Site.

$53.13/HR

 Senior Information Systems Engineer - Government

Site. $48.66/HR

Senior Field Engineer - Government Site. $48.66/HR

Data Comm/Network Specialist - Government Site.

$47.68/HR

 RF Technical Radio Specialist - Government Site.

$48.66/HR

 Technical Writer - Government Site. $28.00/HR

Applications Programmer - Government Site. $52.50/HR

PC Systems Specialist - Government Site. $31.25/HR

Project Manager - Contractor Site. $120.00/HR

Systems Analyst - Contractor Site. $85.00/HR

Program/Analyst - Contractor Site. $100.00/HR

Junior Programmer - Contractor Site. $82.00/HR

Senior Programmer - Contractor Site. $120.00/HR

Systems Engineer - Contractor Site. $120.00/HR

Senior Systems Engineer - Contractor Site.

$130.00/HR

 Software Systems Designer - Contractor Site.

$110.00/HR

 Senior Software Systems Engineer - Contractor Site.

$120.00/HR

 Senior Information Systems Engineer - Contractor

Site. $125.00/HR

Senior Field Engineer - Contractor Site. $100.00/HR

Data Comm/Network Specialist - Contractor Site.

$105.00/HR

 RF Technical Radio Specialist - Contractor Site.

$95.00/HR

Technical Writer - Contractor Site. $45.00/HR

Applications Programmer - Contractor Site.

$120.00/HR

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 66

Page 67: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 80 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

         1016

                          1017

         1018

         1019

 

 PC Systems Specialist - Contractor Site. $45.00/HR

(End of narrative B001)

    TRAINING

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1016AA RFID Training Master CD-ROM. $16,500.00

  1016AB RFID Web Based Training. $16,500.00

  1016AC Update to RFID Training Master CD-ROM.

$7,150.00

  1016AD Update to Web Based Training. $7,150.00

(End of narrative B001)

    RESERVED

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 67

Page 68: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 81 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

   1020

         1021

         1022

         1023

                1024

 

   RESERVED

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

    EXPEDITED DELIVERY

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1023AA Expedited Delivery (Cost Reimbursable).

(End of narrative B001)

    INDIDENTAL MATERIALS

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1024AA Incidental Materials (Cost Reimbursable).

(End of narrative B001)

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 68

Page 69: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 82 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

    1025

                 1026

                         2001

 

    TRAVEL AND PER DIEM

  SERVICE REQUESTED: OPTION 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   1025AA Travel and Per Diem (Cost Reimbursable).

$

 (End of narrative B001)

   

CONTRACT MANPOWER REPORTING-NSP

SERVICE REQUESTED: OPTION PERIOD 1

CLIN CONTRACT TYPE:

Firm Fixed Price

   Contract Manpower Reporting (CMR)

Not Separately Priced (NSP)

Army Services Requirement

 Contractor shall report ALL Contractor labor hours

required for performance of services provided under

the aRFID-IV Contract (including subcontractor labor

hours) via a secure data collection site IAW the

"Performance Work Statement (PWS)" (Sect. J,

Attachment 0022, paragraph 15.4). See CDRL A013.

 (End of narrative B001)

   

ACTIVE RFID - FIXED INTERROGATORS

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2001AA Fixed Interrogator Model SR-650-101-WW-3

CN:ISO-GPS, Fixed Interrogator, GPS Enabled -

Includes User documentation, bundled w/ installation

CD for tag commissioning and read software

applications, include software development kit,

Interrogator Configuration Tool and CAI compliant MS

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 69

Page 70: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 83 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                                 2002

 

Windows Driver. Include AC and DC power cords, RS 485

cable (100 foot) and CAT 5e cable (100 foot). 3-year

warranty. $1,059.73

  2001AB Fixed Interrogator Model SR-650-101-WW-4-

CN:ISO-GPS, Fixed Interrogator, GPS Enabled-Includes

User documentation, bundled w/ installation CD for

tag commissioning and read software applications,

include software development kit, Interrogator

Configuration Tool and CAI compliant MS Windows

Driver. Include AC and DC power cords, RS 485 cable

(100 foot) and CAT 5e cable (100 foot). 4-year

warranty. $1,205.44

  2001AC Fixed Interrogator Model SR-650-101-WW-5

CN:ISO-GPS, Fixed Interrogator, GPS Enabled -

Includes User documentation, bundled w/ installation

CD for tag commissioning and read software

applications, include software development kit ,

Interrogator Configuration Tool and CAI compliant MS

Windows Driver. Include AC and DC power cords, RS

485 cable (100 foot) and CAT 5e cable (100 foot). 5-

year warranty). $1,363.08

  2001AD Mounting Structure Model ACC-

1006(industrial tripod with stakes and tie down

cables). $489.60

  2001AE Mounting Kit Model SRA-1024(able to

attach to tripod or fixed structure). $153.24

  2001AF Fixed Interrogator Replacement Model SRA-

1006, AC/DC Power Cables. $143.55

  2001AG Fixed Interrogator Replacement Model SRA-

1201, AC/DC Vehicle Power Cable. $61.20

(End of narrative B001)

    NON-INCENDIVE ACTIVE HAND-HELD RFID INTERROGATOR

(HHI)

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2002AA Ruggedized HHI w/ a GFE Model CK70-KIT-C-

532-3, Intermec CK70 based Ruggedized HHI includes

GPS w/ a GFE application that can commission, read,

and query transponders. Includes desktop

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 70

Page 71: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 84 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                                              2003

 

dock/universal charger w/U.S. power cord, 2

batteries, USB-A to USB-B 2 meter cable, RFID POD, RS-

232 boot, FIPS Client, 2GB SD drive, holster, CAC

authentication support along w/ standard capabilities

including barcode imager and communications via Wi-

Fi. Device will support transient data storage as

well as synchronization w/ the RF-ITV server wireless

or PC sync. 3 Year Warranty. $5,053.20

  2002AB Ruggedized HHI w/ a GFE Model CK70-KIT-C-

532-4, Intermec CK70 based Ruggedized HHI includes

GPS w/a GFE application that can commission, read,

and query transponders. Includes desktop

dock/universal charger w/U.S. power cord, 2

batteries, USB-A to USB-B 2 meter cable, RFID POD, RS-

232 boot, FIPS Client, 2GB SD drive, holster, CAC

authentication support along w/ standard capabilities

including, barcode imager, and communications via Wi-

FI. Device will support transient data storage as

well as synchronization w/ the RF-ITV server wireless

or PC sync. 4 Year Warranty. $5,151.60

  2002AC Ruggedized HHI w/ a GFE Model CK70-KIT-C-

532-5, Intermec CK70 based Ruggedized HHI includes

GPS w/ a GFE application that can commission, read,

and query transponders. Includes desktop

dock/universal charger w/U.S. power cord, 2

batteries, USB-A to USB-B 2 meter cable, RFID POS, RS-

232 boot, FIPPS Client, 2GB SD drive, holster, CAC

authentication support along w/ standard capabilities

including barcode imager and communications via Wi-

Fi. Device will support transient data storage as

well as synchronization w/ the RF-ITV server wireless

or PC sync. 5 Year Warranty. $5,496.25

  2002AD HHI Holster or Belt Clip Model SMRA-CK70-

04, HHI Holster. $72.00

  2002AE HHI Replacement Battery Charger Model

SMRA-CK-70-01, HHI Replacement Battery Charger

Desktop Dock. $168.84

  2002AF HHI Replacement AC Power Adapter Model

SMRA-CK70-08, HHI Replacement AC Power Adapter +

Power Cables. $69.00

  2002AG HHI Replacement Rechargeable Battery

Model SMRA-CK70-06, HHI Replacement Rechargeable

Battery. $156.00

 (End of narrative B001)

     RESERVED

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 71

Page 72: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 85 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

         2004

                                        2005

 

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

 

 

RFID INTERROGATOR POD

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2004AA RFID POD Model SMR-650-218-3 CN:ISO, RFID

POD w/ 9 ft. USB cable, User documentation, bundled

w/ installation CD for tag commissioning and read

software applications, includes software development

kit, Interrogator Configuration Tool and CAI

compliant MS Windows Driver. 3-year warranty.

$337.16

  2004AB RFID POD Model SMR-650-218-4 CN:ISO, RFID

POD w/ 9 ft. cable, User documentation, bundled w/

installation CD for tag commissioning and read

software applications, include software development

kit, Interrogator Configuration Tool and CAI

compliant MS Windows Driver. 4-year warranty.

$347.27

  2004AC RFID POD Model SMR-650-218-5 CN:ISO, RFID

POD with 9 ft. USB cable, User documentation, bundled

w/ installation CD for tag commissioning and read

software applications, include software development

kit, Interrogator Configuration Tool and CAI

compliant MS Windows Driver. 5-year warranty.

$357.69

 (End of narrative B001)

   

ACTIVE RFID TRANSPONDERS

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2005AA License Plate Transponder Model ST-621-

030, License Plate Transponder - Electronic

Identification w/ no user writeable data memory.

$22.98

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 72

Page 73: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 86 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$22.48 5,001-10,000 90 Days

$21.89 10,001-15,000 120 Days

$21.78 >15,001 120 Days

  2005AB License Plate Transponder w/ bracket

Model ST-621-030 CN:MB, License Plate Transponder w/

bracket - Electronic Identification w/ no user

writeable data memory. $23.98

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$23.48 5,001-10,000 90 Days

$22.88 10,001-15,000 120 Days

$22.77 >15,001 120 Days

  2005AC License Plate Transponder w/ magnetic

bracket Model ST-621-030 CN:MM, License Plate

Transponder w/ magnetic bracket - Electronic

Identification w/ no user writeable data memory.

$31.36

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$30.86 5,001-10,000 90 Days

$30.22 10,001-15,000 120 Days

$30.07 >15,001 120 Days

  2005AD License Plate Door Mounted Container

Transponder Model ST-626-030, License Plate

Transponder Door Mounted Container - Electronic

Identification w/ no user writeable data memory.

$86.91

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$86.41 5,001-10,000 90 Days

$85.50 10,001-15,000 120 Days

$85.07 >15,001 120 Days

  2005BA Asset Transponder (2K memory) Model ST-

618-030, Asset Transponder (2K memory) - Electronic

Identification w/ user writeable data memory. $23.52

  2005BB Asset Transponder (2K memory) w/ bracket

Model ST-618-030 CN:MB, Asset Transponder (2K

memory)w/ bracket - Electronic Identification w/ user

writeable data memory. $25.48

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 73

Page 74: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 87 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

  

2005BC Asset Transponder (2K memory) w/ magnetic bracket Model ST-618-030 CN:MM, Asset Transponder (2K memory) w/ magnetic bracket - Electronic Identification w/ user writeable data memory. $32.97

  

2005CA Asset Transponder w/ Non-Replaceable

Battery (2KB memory) Model ST-616-031, Asset

Transponder w/ Non-Replaceable Battery. $23.52

  

2005DA Door Mounted Data Rich Container

Transponder (256 KB memory) Model ST-656-040, Door

Mounted Data Rich Container Transponder (256 KB

memory) - Electronic Identification w/ user writeable

data memory. $95.06

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery $94.56 $93.60

5,001-10,000 90 Days 10,001-15,000 120 Days

$93.12 >15,001 120 Days

  

2005DB Data Rich Transponder (256 KB memory)

Model ST-654-041, Data Rich Transponder (256 KB

memory)Electronic Identification w/ user writeable

data memory. $36.96

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery $36.46 $35.80

5,001-10,000 90 Days 10,001-15,000 120 Days

$35.62 >15,001 120 Days

  

2005DC Data Rich Transponder (256 KB memory) w/ bracket Model ST-654-041 CN:MB, Data Rich Transponder (256 KB memory) w/ bracket - Electronic Identification w/ user writeable data memory. $39.96

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery $39.46 $38.78

5,001-10,000 90 Days 10,001-15,000 120 Days

$38.59 >15,001 120 Days

  

2005DD Data Rich Transponder (256 KB memory) w/

magnetic bracket Model ST-654-041 CN:MM, Data Rich

Transponder (256 KB memory) w/ magnetic bracket -

Electronic Identification w/ user writeable data memory. $45.95

 Quantity Discount Based on

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 74

Page 75: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 88 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

Delivery Schedule Provided as follows:

 Rate Qty Delivery $45.45 $44.74

5,001-10,000 90 Days 10,001-15,000 120 Days

$44.52 >15,001 120 Days

  

2005EA Sensor Transponder (256K memory minimum)

Model ST-674-040, Sensor Transponder (256K memory

minimum) Electronic Identification plus temperature,

humidity, shock monitoring/logging. $98.90

  

2005EB Sensor Transponder (256K memory minimum)

w/ bracket Model ST-674-040 CN:MB, Sensor

Transponder (256K memory minimum) w/ bracket -

Electronic Identification plus temperature, humidity, shock monitoring/logging. $100.90

  

2005EC Sensor Transponder (256K memory minimum)

w/ magnetic bracket Model ST-674-040 CN:MM, Sensor

Transponder (256K memory minimum) w/ magnetic bracket

- Electronic Identification plus temperature, humidity, shock monitoring/logging. $108.89

  

2005FA Door Mounted Container Intrusion Detection

GPS Enabled Transponder (256K memory minimum) Model

ST-675-040, Door Mounted Container Intrusion

Detection Transponder (256K memory minimum) GPS

Enabled - Electronic Identification plus condition monitoring and logging, event detection. $144.86

  

2005GA Transponder write cable standard USB to mini USB Model STA-1032, Transponder write cable standard USB to mini USB. $4.50

 (End of narrative B001)

     

2006 ACTIVE RFID TRANSPONDERS (ISO 18000-7008) WI   

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   

2006AA License Plate Transponder Model ST-621-

030-NSN, License Plate Transponder w/ DLA label -

Electronic Identification w/ no user writeable data memory. $23.98

 Quantity Discount Based on

Delivery Schedule Provided as follows:

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 75

Page 76: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 89 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Rate Qty Delivery

$23.48 5,001-10,000 90 Days

$22.98 10,001-15,000 120 Days

$22.77 >15,001 120 Days

  2006AB License Plate Transponder w/ bracket

Model ST-621-030-NSN CN:MB, License Plate Transponder

w/ bracket w/ DLA label - Electronic Identification

w/ no user writeable data memory. $24.98

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$24.48 5,001-10,000 90 Days

$23.88 10,001-15,000 120 Days

$23.76 >15,001 120 Days

  2006AC License Plate Transponder w/ magnetic

bracket Model ST-621-030-NSN CN:MM, License Plate

Transponder w/ magnetic bracket w/ DLA label -

Electronic Identification w/ no user writeable data

memory. $32.34

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$32.84 5,001-10,000 90 Days

$31.20 10,001-15,000 120 Days

$31.04 >15,001 120 Days

  2006AD License Plate Door Mounted Container

Transponder Model ST-626-030-NSN, License Plate Door

Mounted Container Transponder w/ DLA Label -

Electronic Identification w/ no user writeable data

memory. $87.91

  2006BA Asset Transponder (2K memory) Model ST-618-

030-NSN, Asset Transponder (2K memory) w/ DLA label -

Electronic Identification w/ user writeable data

memory. $24.50

  2006BB Asset Transponder (2K memory) w/ bracket

Model ST-618-030-NSN CN:MB, Asset Transponder (2K

memory) w/ bracket w/ DLA label - Electronic

Identification w/ user writeable data memory. $26.46

  2006BC Asset Transponder (2K memory) w/ magnetic

bracket Model ST-618-030-NSN CN:MM, Asset

Transponder (2K memory) w/ magnetic bracket w/ DLA

label - Electronic Identification w/ user writeable

data memory. $33.97

  2006CA Asset Transponder w/ Non-Replaceable

Battery (2KB memory) Model ST-616-031-NSN, Asset

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 76

Page 77: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 90 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Transponder w/ Non-Replaceable Battery w/ DLA label

(2KB memory). $24.50

  2006DA Door Mounted Data Rich Container

Transponder (256 KB memory) Model ST-656-040-NSN,

Door Mounted Data Rich Container Transponder (256 KB

memory) w/ DLA Label - Electronic Identification w/

user writeable data memory. $96.04

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$95.54 5,001-10,000 90 Days

$94.57 10,001-15,000 120 Days

$94.09 >15,001 120 Days

  2006DB Data Rich Transponder (256 KB memory) w/

DLA label Model ST-654-041-NSN, Data Rich

Transponder (256 KB memory) w/ DLA label - Electronic

Identification w/ user writeable data memory. $37.96

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$37.46 5,001-10,000 90 Days

$36.79 10,001-15,000 120 Days

$36.61 >15,001 120 Days

  2006DC Data Rich Transponder (256 KB memory) w/

bracket Model ST-654-041-NSN CN:MB, Data Rich

Transponder (256 KB memory) w/ bracket w/ DLA label -

Electronic Identification w/ user writeable data

memory. $40.96

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$40.46 5,001-10,000 90 Days

$39.78 10,001-15,000 120 Days

$39.58 >15,001 120 Days

  2006DD Data Rich Transponder (256 KB memory) w/

magnetic bracket Model ST-654-041-NSN CN:MM, Data

Rich Transponder (256 KB memory) w/ magnetic bracket

w/ DLA label - Electronic Identification w/ user

writeable data memory. $46.95

 Quantity Discount Based on

Delivery Schedule Provided as follows:

 Rate Qty Delivery

$46.45 5,001-10,000 90 Days

$45.74 10,001-15,000 120 Days

$45.51 >15,001 120 Days

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 77

Page 78: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 91 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

2006EA Sensor Transponder (256K memory minimum)

Model ST-674-040-NSN , Sensor Transponder (256K

memory minimum) w/ DLA label - Electronic

Identification plus temperature, humidity, shock

monitoring/logging. $99.90

  

2006EB Sensor Transponder (256K memory minimum)

w/ bracket Model ST-674-040-NSN CN:MB, Sensor

Transponder (256K memory minimum) w/ bracket w/ DLA

label - Electronic Identification plus temperature,

humidity, shock monitoring/logging. $101.90

  

2006EC Sensor Transponder (256K memory minimum)

w/ magnetic bracket Model ST-674-040-NSN CN:MM,

Sensor Transponder (256K memory minimum) w/ magnetic

bracket w/ DLA label - Electronic Identification plus

temperature, humidity, shock monitoring/logging. $109.89

  

2006FA Door Mounted Container Intrusion Detection

GPS Enabled Transponder (256K memory minimum) Model

ST-675-040-NSN (NSN: 016312568) Door Mounted

Container Intrusion Detection GPS Enabled Transponder

(256K memory minimum) w/ DLA label - Electronic

Identification plus condition monitoring and logging,

event detection. $145.85

 (End of narrative B001)

     

2007 RF RELAY   

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   

2007AA Radio Frequency Relay (RFR) Model RFR-300-

031-3, Fortress Radio Frequency Relay (RFR) - Allows

wireless separation of fixed interrogator and FDU,

includes Fortress Technologies RF Relay, Bundled

Antenna, North American VAC Power and Plug. 3 year

warranty. $5,975.33

  

2007AB Radio Frequency Relay (RFR) Model RFR-300-

031-4, Fortress Radio Frequency Relay (RFR) - Allows

wireless separation of fixed interrogator and FDU,

includes Fortress Technologies RF Relay, Bundled

Antenna, North American VAC Power and Plug. 4 year

warranty. $6,828.95

  

2007AC Radio Frequency Relay (RFR) Model RFR-300-

031-5, Fortress Radio Frequency Relay (RFR) - Allows

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 78

Page 79: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 92 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                       2008

 

wireless separation of fixed interrogator and FDU ,

includes Fortress Technologies RF Relay, Bundled

Antenna, North American VAC Power and Plug. 5 year

warranty. $7,682.57

  2007AD RFR Mounting Structure Model ACC-1006,

RFR Mounting Structure. $489.60

  2007AE RFR Mounting Kit Model RFRA-300-034, RFR

Mounting Kit. $57.20

  2007AF RFR Battery Charger Model ACC-3012

Battery Charger for ES-1403, RFR Battery Charger.

$138.77

  2007AG RFR AC/DC Power Adapters (when required

for operation) Model RFRA-300-031 RFR Outdoor AC/DC

Power Adapter, RFR AC/DC Power Adapters (when

required for operation). $160.16

  2007AH RFR DC Power Adapters and Cables (Vehicle)

Model RFRA-300-032 RFR DC Vehicle Cable, RFR DC

Power Adapters and Cables (Vehicle). $65.21

  2007AJ RFR Rechargeable Battery Model ES-1403

Gel Cell Battery, RFR Rechargeable Battery. $383.24

(End of narrative B001)

 

 

RFID SATELLITE COMMUNICATION EQUIPMENT

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2008AA Satellite Iridium Modem w/ GPS Model A3LA-

RG-SVR-KIT-3, Satellite Iridium Modem w/ GPS, NAL

Satellite Modem with 10-foot Serial Cable, NAL Omni-

Directional Satellite Antennas with 5-foot Cable, and

Connectors, 3 year warranty. $2,402.40

  2008AB Satellite Iridium Modem w/ GPS Model A3LA-

RG-SVR-KIT-4, Satellite Iridium Modem w/ GPS, NAL

Satellite Modem with 10-foot Serial Cable, NAL Omni-

Directional Satellite Antennas with 5-foot Cable, and

Connectors, 4 year warranty. $2,516.80

  2008AC Satellite Iridium Modem w/ GPS Model A3LA-

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 79

Page 80: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 93 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                                   2009

 

RG-SVR-KIT-5, Satellite Iridium Modem w/ GPS, NAL

Satellite Modem with 10-foot Serial Cable, NAL Omni-

Directional Satellite Antennas with 5-foot Cable, and

Connectors, 5 year warranty. $2,631.20

  2008AD Mast Mount Antenna Model SAF5350A-SV,

Mast Mount Antenna. $388.96

  2008AE Stationary Magnetic Mount Antenna Model

SAF5340-A-SV, Stationary Magnetic Mount Antenna.

$205.92

  2008AF Portable Magnetic Mount Antenna Model

SYN7391A-SV, Portable Magnetic Mount Antenna.

$102.96

  2008AG GPS Antenna Model SAF5270G-SV, GPS

Antenna. $48.05

  2008AH AC/DC Power Adapter (if required for

operation) Model LA-3098, AC/DC Power Adapter (if

required for operation). $194.48

  2008AJ Rechargeable Battery Model SYN-LI-416AH-

SV, Rechargeable Battery. $514.80

  2008AK Battery Charger Model SYN-FR-LiAH-SV,

Battery Charger. $137.28

  2008AM AC/DC Power Adapters and Cables (Vehicle)

Model SYN-DC-936-SV, AC/DC Power Adapters and Cables

(Vehicle). $251.68

  2008AN 10-foot Serial Cable Model HRC-24-7XA, 10-

foot Serial Cable. $148.72

 (End of narrative B001)

   

RFID SATELLITE COMMUNICATION SERVICE

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2009AA Satellite Service Model STD-USNORTH-

USPACOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 80

Page 81: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 94 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

prepaid monthly. Satellite Service - U.S. Northern

Command (USNORTHCOM) to U.S. Pacific Command

(USPACOM). $34.32

  2009AB Satellite Service Model STD-USNORTH-

USCENTCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U. S. Northern

Command (USNORTHCOM) to U.S. Central Command

(USCENTCOM). $34.32

  2009AC Satellite Service Model STD-USNORTH-

USEUCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Northern

Command (USNORTHCOM) to U.S. European Command

(USEUCOM). $34.32

  2009AD Satellite Service Model STD-USNORTH-

USAFRICOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Northern

Command (USNORTHCOM) to U.S. African Command

(USAFRICOM). $34.32

  2009AE Satellite Service Model STD-USNORTHCOM,

60 messages/unit, per month, - to be purchased per

each SatCom tag purchased - to be prepaid monthly.

Satellite Service - Locations w/in U.S. Northern

Command (USNORTHCOM). $34.32

  2009AF Satellite Service Model STD-USPAC-

USCENTCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Pacific

Command (USPACOM) to U.S. Central Command

(USCENTCOM). $34.32

  2009AG Satellite Service Model STD-USPAC-

USNORTHCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Pacific

Command (USPACOM) to U.S. Northern Command

(USNORTHCOM). $34.32

  2009AH Satellite Service Model STD-USPAC-

USEUCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Pacific

Command (USPACOM) to U.S. European Command (USEUCOM).

$34.32

  2009AJ Satellite Service Model STD-USPAC-

USAFRICOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 81

Page 82: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 95 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

prepaid monthly. Satellite Service - U.S. Pacific

Command (USPACOM) to U.S. African Command

(USAFRICOM). $34.32

  2009AK Satellite Service Model STD-USPACOM, 60

messages/unit, per month, - to be purchased per each

SatCom tag purchased - to be prepaid monthly.

Satellite Service - Locations w/in U.S. Pacific

Command (USPACOM). $34.32

  2009AM Satellite Service Model STD-USCENT-

USNORTHCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Central

Command (USCENTCOM) to U.S. Northern Command

(USNORTHCOM). $34.32

  2009AN Satellite Service Model STD-USCENT-

USPACOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Central

Command (USCENTCOM) to U.S. Pacific Command

(USPACOM). $34.32

  2009AP Satellite Service Model STD-USCENT-

USEUCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Central

Command (USCENTCOM) to U.S. European Command

(USEUCOM). $34.32

  2009AQ Satellite Service Model STD-USCENT-

USAFRICOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. Central

Command (USCENTCOM) to U.S. African Command

(USAFRICOM). $34.32

  2009AR Satellite Service Model STD-USCENTCOM, 60

messages/unit, per month, - to be purchased per each

SatCom tag purchased - to be prepaid monthly.

Satellite Service - Locations w/in U.S. Central

Command (USCENTCOM). $34.32

  2009AS Satellite Service Model STD-USEU-

USNORTHCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. European

Command (USEUCOM) to U.S. Northern Command

(USNORTHCOM). $34.32

  2009AT Satellite Service Model STD-USEU-USPACOM,

60 messages/unit, per month, - to be purchased per

each SatCom tag purchased - to be prepaid monthly.

Satellite Service - U.S. European Command (USEUCOM)

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 82

Page 83: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 96 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

to U.S. Pacific Command (USPACOM). $34.32

  2009AU Satellite Service Model STD-USEU-

USCENTCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. European

Command (USEUCOM) to U.S. Central Command

(USCENTCOM). $34.32

  2009AV Satellite Service Model STD-USEU-

USAFRICOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. European

Command (USEUCOM) to U.S. African Command

(USAFRICOM). $34.32

  2009AW Satellite Service Model STD-USEUCOM, 60

messages/unit, per month, - to be purchased per each

SatCom tag purchased - to be prepaid monthly.

Satellite Service - Locations w/in U.S. European

Command (USEUCOM). $34.32

  2009AX Satellite Service Model STD-USAFRI-

USNORTHCOM,60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. African

Command (USAFRICOM) to U.S. Northern Command

(USNORTHCOM). $34.32

  2009AY Satellite Service Model STD-USAFRI-

USPACOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. African

Command (USAFRICOM) to U.S. Pacific Command

(USPACOM). $34.32

  2009AZ Satellite Service Model STD-USAFRI-

USCENTCOM, 60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. African

Command (USAFRICOM) to U.S. Central Command

(USCENTCOM). $34.32

  2009BA Satellite Service Model STD-USAFRI-

USEUCOM,60 messages/unit, per month, - to be

purchased per each SatCom tag purchased - to be

prepaid monthly. Satellite Service - U.S. African

Command (USAFRICOM) to U.S. European Command

(USEUCOM). $34.32

  2009BB Satellite Service Model STD-AFRICOM, 60

messages/unit, per month, - to be purchased per each

SatCom tag purchased - to be prepaid monthly.

Satellite Service - Locations w/in U.S. African

Command (USAFRICOM). $34.32

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 83

Page 84: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 97 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

       2010

                               2011

 

 (End of narrative B001)

   

REAL TIME LOCATING SYSTEM (RTLS)

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2010AA RTLS Transponder Model ST-832 Ubisense

RTLS Series 7000 Industrial Tag (RTLS Transponder),

Includes one Ubisense Asset Management Software per

Asset Tag License. $222.22

  2010AB RTLS Interrogator (Locator) Model SR-850,

Ubisense RTLS Series 7000 IP65 Sensor (RTLS

Interrogator (Locator)), Includes Power Over

Ethernet (POE). Includes one Ubisense Asset

Management Software per Sensor License. $1,969.70

  2010AC RTLS Software Model RTLS-SW-UBI, Ubisense

RTLS Software, Asset Management Software, Includes

License for one site. $808.08

 (End of narrative B001)

   

POTABLE DEPLOYMENT KIT (PDK)

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2011AA PDK Lite Model LITE-PDK1-RI001-001-3, PDK

Lite - Getac F110, 11.6" Ruggedized tablet w/

read/write software applications, RFID pod

interrogator (150 feet) w/9' USB cable, NAL satellite

modem w/ GPS, power adapters, in Transit Case, 3 year

warranty. 90-day Delivery Required $7,011.20

  2011AB PDK Lite Model LITE-PDK1-RI001-001-4,PDK

Lite - Getac F110, 11.6" Ruggedized tablet w/

read/write software applications, RFID pod

interrogator (150 feet) w/9' USB cable, NAL satellite

modem w/ GPS, power adapters, in Transit Case, 4 year

warranty. 90-day Delivery Required $7,361.76

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 84

Page 85: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 98 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

 2011AC PDK Lite Model LITE-PDK1-RI001-001-5, PDK

Lite - Getac F110, 11.6" Ruggedized tablet w/

read/write software applications, RFID pod

interrogator (150 feet) w/9' USB cable, satellite

modem w/ GPS, power adapters, in Transit Case, 5 year

warranty. 90-day Delivery Required $7,729.85

  2011AD Ruggedized tablet w/ read/write software

applications Model Getac F110, Ruggedized Tablet w/

read/write software applications. 90-day Delivery

Required $3,887.91

  2011AE RFID pod interrogator (150 feet) Model

SMR-650-218-3 CN:ISO, RFID Pod Interrogator (150

feet). 90-day Delivery Required $313.62

  2011AF Power Adapters Model PDK-AC-02, Power

Adapters. 90-day Delivery Required $74.16

  2011AG Cables Model PDK-AC-06, Cables. 90-day

Delivery Required $259.19

  2011BA Portable Deployment Kit (PDK) Model TAV-

PDK1-RI001-041-3, Portable Deployment Kit (PDK) -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/out portable label printer in Transit

Case, includes: 1 -Getac B300 ruggedized notebook

computer with Software; 1 -AC Power supply with

universal plug adapter kit; 1 - DC Power cable with

cigarette lighter adapter input; 1 - DC Power cable

with NATO slave connector; 1 - Intermec CK70 w/GPS &

SMR-650 HHI with Mobile Software; 2 - Intermec

Rechargeable Batteries; 1 - Intermec Desktop Dock

w/Battery Charger with integrated power; 1 - Intermec

Adapter to DB-9 ; 1 - NAL Iridium Satellite modem

w/GPS; 1 - NAL Antenna for Satellite Modem; 1 - NAL

GPS Antenna; 1 - Savi active RFID POD Interrogator,

with 9 Ft. USB cable; 1 - Wiring Diagram Place Card;

1 - Users guide; and 1 - Transit Case , 3 year

warranty. 90-day Delivery Required $16,329.22

  2011BB Portable Deployment Kit (PDK) Model TAV-

PDK1-RI001-041-4, Portable Deployment Kit (PDK) -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/out portable label printer in Transit

Case, includes: 1 -Getac B300 ruggedized notebook

computer with Software; 1 -AC Power supply with

universal plug adapter kit; 1 - DC Power cable with

cigarette lighter adapter input; 1 - DC Power cable

with NATO slave connector; 1 - Intermec CK70 w/GPS &

SMR-650 HHI with Mobile Software; 2 - Intermec

Rechargeable Batteries; 1 - Intermec Desktop Dock

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 85

Page 86: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 99 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

w/Battery Charger with integrated power; 1 - Intermec

Adapter to DB-9 ; 1 - NAL Iridium Satellite modem

w/GPS; 1 - NAL Antenna for Satellite Modem; 1 - NAL

GPS Antenna; 1 - Savi active RFID POD Interrogator,

with 9 Ft. USB cable; 1 - Wiring Diagram Place Card;

1 - Users guide; and 1 - Transit Case, 4 year

warranty. 90-day Delivery Required $17,145.68

  2011BC Portable Deployment Kit (PDK) Model TAV-

PDK1-RI001-041-5, Portable Deployment Kit (PDK) -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/out portable label printer in Transit

Case, includes: 1 -Getac B300 ruggedized notebook

computer with Software; 1 -AC Power supply with

universal plug adapter kit; 1 - DC Power cable with

cigarette lighter adapter input; 1 - DC Power cable

with NATO slave connector; 1 - Intermec CK70 w/GPS &

SMR-650 HHI with Mobile Software; 2 - Intermec

Rechargeable Batteries; 1 - Intermec Desktop Dock

w/Battery Charger with integrated power; 1 - Intermec

Adapter to DB-9 ; 1 - NAL Iridium Satellite modem

w/GPS; 1 - NAL Antenna for Satellite Modem; 1 - NAL

GPS Antenna; 1 - Savi active RFID POD Interrogator,

with 9 Ft. USB cable; 1 - Wiring Diagram Place Card;

1 - Users guide; and 1 - Transit Case, 5 year

warranty. 90-day Delivery Required $18,002.97

  2011BD Portable Deployment Kit (PDK) w/ portable

label printer Model TAV-PDK1-RI001-042-3, Portable

Deployment Kit (PDK) w/ portable label printer -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/ portable label printer in Transit Case,

includes: 1 -Getac B300 ruggedized notebook computer

with Software; 1 -AC Power supply with universal plug

adapter kit; 1 - DC Power cable with cigarette

lighter adapter input; 1 - DC Power cable with NATO

slave connector; 1 - Intermec CK70 w/GPS & SMR-650

HHI with Mobile Software; 2 - Intermec Rechargeable

Batteries; 1 - Intermec Desktop Dock w/Battery

Charger with integrated power; 1 - Intermec Adapter

to DB-9 ; 1 - NAL Iridium Satellite modem w/GPS; 1 -

NAL Antenna for Satellite Modem; 1 - NAL GPS Antenna;

1 - Savi active RFID POD Interrogator, with 9 Ft. USB

cable; 1 - Wiring Diagram Place Card; 1 - Users

guide; 1 - Zebra P4T Portable Barcode Printer with

long-life Print Head (not user replaceable); 1 -

Zebra Printer Interface Cable for the P4T; 1 -

Tutorial application; 2 - Zebra Printer Batteries

(Operating and Spare) for the P4T; 1 - Zebra Printer

Battery Charger for the P4T with Savi integrated

power; 1 - Roll of Zebra Printer Label Stock for the

P4T, (50), 4 X 6 labels, polyester material ; 1 -

Zebra Printer Ribbon Cartridge for the P4T, Thermal

Transfer, and 1 - Transit Case, 3 year warranty. 90-

day Delivery Required $17,430.80

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 86

Page 87: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 100 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

2011BE Portable Deployment Kit (PDK) w/ portable

label printer Model TAV-PDK1-RI001-042-4, Portable

Deployment Kit (PDK) w/ portable label printer -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/ portable label printer in Transit Case,

includes: 1 -Getac B300 ruggedized notebook computer

with Software; 1 -AC Power supply with universal plug

adapter kit; 1 - DC Power cable with cigarette

lighter adapter input; 1 - DC Power cable with NATO

slave connector; 1 - Intermec CK70 w/GPS & SMR-650

HHI with Mobile Software; 2 - Intermec Rechargeable

Batteries; 1 - Intermec Desktop Dock w/Battery

Charger with integrated power; 1 - Intermec Adapter

to DB-9 ; 1 - NAL Iridium Satellite modem w/GPS; 1 -

NAL Antenna for Satellite Modem; 1 - NAL GPS Antenna;

1 - Savi active RFID POD Interrogator, with 9 Ft. USB

cable; 1 - Wiring Diagram Place Card; 1 - Users

guide; 1 - Zebra P4T Portable Barcode Printer with

long-life Print Head (not user replaceable); 1 -

Zebra Printer Interface Cable for the P4T; 1 -

Tutorial application; 2 - Zebra Printer Batteries

(Operating and Spare) for the P4T; 1 - Zebra Printer

Battery Charger for the P4T with Savi integrated

power; 1 - Roll of Zebra Printer Label Stock for the

P4T, (50), 4 X 6 labels, polyester material ; 1 -

Zebra Printer Ribbon Cartridge for the P4T, Thermal

Transfer, rand 1 - Transit Case, 4 year warranty. 90-

day Delivery Required $18,302.34

  2011BF Portable Deployment Kit (PDK) w/ portable

label printer Model TAV-PDK1-RI001-042-5, Portable

Deployment Kit (PDK) w/ portable label printer -

Ruggedized notebook computer w/ read/write software

applications, GPS enabled hand-held interrogator,

active RFID POD Interrogator, satellite modem, power

adapters, w/ portable label printer in Transit Case,

includes: 1 -Getac B300 ruggedized notebook computer

with Software; 1 -AC Power supply with universal plug

adapter kit; 1 - DC Power cable with cigarette

lighter adapter input; 1 - DC Power cable with NATO

slave connector; 1 - Intermec CK70 w/GPS & SMR-650

HHI with Mobile Software; 2 - Intermec Rechargeable

Batteries; 1 - Intermec Desktop Dock w/Battery

Charger with integrated power; 1 - Intermec Adapter

to DB-9 ; 1 - NAL Iridium Satellite modem w/GPS; 1 -

NAL Antenna for Satellite Modem; 1 - NAL GPS Antenna;

1 - Savi active RFID POD Interrogator, with 9 Ft. USB

cable; 1 - Wiring Diagram Place Card; 1 - Users

guide; 1 - Zebra P4T Portable Barcode Printer with

long-life Print Head (not user replaceable); 1 -

Zebra Printer Interface Cable for the P4T; 1 -

Tutorial application; 2 - Zebra Printer Batteries

(Operating and Spare) for the P4T ; 1 - Zebra Printer

Battery Charger for the P4T with Savi integrated

power; 1 - Roll of Zebra Printer Label Stock for the

P4T, (50), 4 X 6 labels, polyester material; 1 -

Zebra Printer Ribbon Cartridge for the P4T, Thermal

Transfer, and 1 - Transit Case, 5 year warranty. 90-

day Delivery Required $19,217.45

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 87

Page 88: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 101 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

 2011BG Ruggedized notebook computer w/ read/write

software applications Model Getac B300. Ruggedized

Notebook Computer w/ read/write software applications. 90-day Delivery Required $4,535.90

  

2011BH Power Adapters Model PDK-AC-02, Power Adapters. 90-day Delivery Required $74.16

  

2011BK Cables Model PDK-AC-04, Cables. 90-day Delivery Required $259.19

  

2011CA Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHDP4-06-3,

Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/ portable label printer; CLIN

2011BD) + cable adapters, fixed interrogator, RF

relays, data rich transponder, tripods, mounting

kits, required tools, power cords, outlet strips,

power inverter, padlocks, and cabling, includes: 1 -

PDK with Portable Printer Transit Case ; 2 - Transit

Cases with foam inserts containing: 1 - RS-232 to USB

Adapter; 1 - RS-232 to RS-485 Adapter; 1 - Active

Fixed Interrogator SR-650 (includes: Software (CAI

Driver), capable of Worldwide AC Power (cable &

adapters included), capable of DC Power, Ethernet or

RS-485 capable (cables included), and Documentation);

2 - Fortress Technologies RF Relay, Bundled Antenna,

capable of Worldwide AC Power (cables and adapters

included), capable of DC Power (cables included),

Mounting Kit and Ethernet Cable; 1 - Data Rich

Transponder; 2 - Mounting Structure; 1 - Mounting

Kit; 1 - Technician Tool Kit (required tools and

supplies to set up EEDSK); 2 - 6-outlet Power Strips;

2 - 25 ft. Extension Cord, 14 gauge, triple outlet; 2

- 50 ft. Extension Cord, 14 gauge, single outlet; 6 -

Padlocks with key (2 per case, includes a set for

the PDK); 1 - DC-to-AC Inverter, 300W with cigarette

lighter adapter and alligator clip; 1 - Transponder

Hardwire Electrical Interface Cable (USB); Diagrams

for each case; Packing lists for each case;

Installation Manual (hard copy and electronic copy) &

Manuals for Individual RFID Products, 3 year warranty. 90-day Delivery Required $33,619.20

  

2011CB Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHDP4-06-

4,Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/ portable label printer; CLIN

2011BE) + cable adapters, fixed interrogator, RF

relays, data rich transponder, tripods, mounting

kits, required tools, power cords, outlet strips,

power inverter, padlocks, and cabling, includes: 1 -

PDK with Portable Printer Transit Case ; 2 - Transit

Cases with foam inserts containing: 1 - RS-232 to USB

Adapter; 1 - RS-232 to RS-485 Adapter; 1 - Active

Fixed Interrogator SR-650 (includes: Software (CAI

Driver), capable of Worldwide AC Power (cable &

adapters included), capable of DC Power, Ethernet or

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 88

Page 89: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 102 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

RS-485 capable (cables included), and Documentation);

2 - Fortress Technologies RF Relay, Bundled Antenna,

capable of Worldwide AC Power (cables and adapters

included), capable of DC Power (cables included),

Mounting Kit and Ethernet Cable; 1 - Data Rich

Transponder; 2 - Mounting Structure; 1 - Mounting

Kit; 1 - Technician Tool Kit (required tools and

supplies to set up EEDSK); 2 - 6-outlet Power Strips;

2 - 25 ft. Extension Cord, 14 gauge, triple outlet; 2

- 50 ft. Extension Cord, 14 gauge, single outlet; 6 -

Padlocks with key (2 per case, includes a set for

the PDK); 1 - DC-to-AC Inverter, 300W with cigarette

lighter adapter and alligator clip; 1 - Transponder

Hardwire Electrical Interface Cable (USB); Diagrams

for each case; Packing lists for each case;

Installation Manual (hard copy and electronic copy) &

Manuals for Individual RFID Products,4 year warranty.

90-day Delivery Required $35,300.16

  2011CC Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHDP4-06-

5,Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/ portable label printer; CLIN

2011BF) + cable adapters, fixed interrogator, RF

relays, data rich transponder, tripods, mounting

kits, required tools, power cords, outlet strips,

power inverter, padlocks, and cabling, includes: 1 -

PDK with Portable Printer Transit Case ; 2 - Transit

Cases with foam inserts containing: 1 - RS-232 to USB

Adapter; 1 - RS-232 to RS-485 Adapter; 1 - Active

Fixed Interrogator SR-650 (includes: Software (CAI

Driver), capable of Worldwide AC Power (cable &

adapters included), capable of DC Power, Ethernet or

RS-485 capable (cables included), and Documentation);

2 - Fortress Technologies RF Relay, Bundled Antenna,

capable of Worldwide AC Power (cables and adapters

included), capable of DC Power (cables included),

Mounting Kit and Ethernet Cable; 1 - Data Rich

Transponder; 2 - Mounting Structure; 1 - Mounting

Kit; 1 - Technician Tool Kit (required tools and

supplies to set up EEDSK); 2 - 6-outlet Power Strips;

2 - 25 ft. Extension Cord, 14 gauge, triple outlet; 2

- 50 ft. Extension Cord, 14 gauge, single outlet; 6 -

Padlocks with key (2 per case, includes a set for

the PDK); 1 - DC-to-AC Inverter, 300W with cigarette

lighter adapter and alligator clip; 1 - Transponder

Hardwire Electrical Interface Cable (USB); Diagrams

for each case; Packing lists for each case;

Installation Manual (hard copy and electronic copy) &

Manuals for Individual RFID Products, 5 year

warranty. 90-day Delivery Required $37,065.17

  2011CD Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHD4-06-3,

Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/out portable label printer; CLIN

2011BA) + cable adapters, fixed interrogator (300

feet), RF relays, data rich transponder, tripods,

mounting kits, required tools, power cords, outlet

strips, power inverter, padlocks, and cabling,

includes: 1 - PDK (without Portable Printer) Transit

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 89

Page 90: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 103 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Case ; 2 - Transit Cases with foam inserts

containing: 1 - RS-232 to USB Adapter; 1 - RS-232 to

RS-485 Adapter; 1 - Active Fixed Interrogator SR-650

(includes: Software (CAI Driver), capable of

Worldwide AC Power (cable & adapters included),

capable of DC Power, Ethernet or RS-485 capable

(cables included), and Documentation); 2 - Fortress

Technologies RF Relay, Bundled Antenna, capable of

Worldwide AC Power (cables and adapters included),

capable of DC Power (cables included), Mounting Kit

and Ethernet Cable; 1 - Data Rich Transponder; 2 -

Mounting Structure; 1 - Mounting Kit; 1 - Technician

Tool Kit (required tools and supplies to set up

EEDSK); 2 - 6-outlet Power Strips; 2 - 25 ft.

Extension Cord, 14 gauge, triple outlet; 2 - 50 ft.

Extension Cord, 14 gauge, single outlet; 6 - Padlocks

with key (2 per case, includes a set for the PDK); 1 -

DC-to-AC Inverter, 300W with cigarette lighter

adapter and alligator clip; 1 - Transponder Hardwire

Electrical Interface Cable (USB); Diagrams for each

case; Packing lists for each case; Installation

Manual (hard copy and electronic copy) & Manuals for

Individual RFID Products, 3 year warranty. 90-day

Delivery Required $32,568.60

  2011CE Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHD4-06-

4,Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/out portable label printer; CLIN

2011BB) + cable adapters, fixed interrogator (300

feet), RF relays, data rich transponder, tripods,

mounting kits, required tools, power cords, outlet

strips, power inverter, padlocks, and cabling,

includes: 1 - PDK (without Portable Printer) Transit

Case ; 2 - Transit Cases with foam inserts

containing: 1 - RS-232 to USB Adapter; 1 - RS-232 to

RS-485 Adapter; 1 - Active Fixed Interrogator SR-650

(includes: Software (CAI Driver), capable of

Worldwide AC Power (cable & adapters included),

capable of DC Power, Ethernet or RS-485 capable

(cables included), and Documentation); 2 - Fortress

Technologies RF Relay, Bundled Antenna, capable of

Worldwide AC Power (cables and adapters included),

capable of DC Power (cables included), Mounting Kit

and Ethernet Cable; 1 - Data Rich Transponder; 2 -

Mounting Structure; 1 - Mounting Kit; 1 - Technician

Tool Kit (required tools and supplies to set up

EEDSK); 2 - 6-outlet Power Strips; 2 - 25 ft.

Extension Cord, 14 gauge, triple outlet; 2 - 50 ft.

Extension Cord, 14 gauge, single outlet; 6 - Padlocks

with key (2 per case, includes a set for the PDK); 1 -

DC-to-AC Inverter, 300W with cigarette lighter

adapter and alligator clip; 1 - Transponder Hardwire

Electrical Interface Cable (USB); Diagrams for each

case; Packing lists for each case; Installation

Manual (hard copy and electronic copy) & Manuals for

Individual RFID Products, 4 year warranty. 90-day

Delivery Required $34,197.03

  2011CF Transportable Early Entry Deployment

Support Kit (EEDSK) Model SDSK-EPSRHD4-06-5,

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 90

Page 91: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 104 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Transportable Early Entry Deployment Support Kit

(EEDSK) - PDK (w/out portable label printer; CLIN

2011BC) + cable adapters, fixed interrogator (300

feet), RF relays, data rich transponder, tripods,

mounting kits, required tools, power cords, outlet

strips, power inverter, padlocks, and cabling,

includes: 1 - PDK (without Portable Printer) Transit

Case ; 2 - Transit Cases with foam inserts

containing: 1 - RS-232 to USB Adapter; 1 - RS-232 to

RS-485 Adapter; 1 - Active Fixed Interrogator SR-650

(includes: Software (CAI Driver), capable of

Worldwide AC Power (cable & adapters included),

capable of DC Power, Ethernet or RS-485 capable

(cables included), and Documentation); 2 - Fortress

Technologies RF Relay, Bundled Antenna, capable of

Worldwide AC Power (cables and adapters included),

capable of DC Power (cables included), Mounting Kit

and Ethernet Cable; 1 - Data Rich Transponder; 2 -

Mounting Structure; 1 - Mounting Kit; 1 - Technician

Tool Kit (required tools and supplies to set up

EEDSK); 2 - 6-outlet Power Strips; 2 - 25 ft.

Extension Cord, 14 gauge, triple outlet; 2 - 50 ft.

Extension Cord, 14 gauge, single outlet; 6 - Padlocks

with key (2 per case, includes a set for the PDK); 1 -

DC-to-AC Inverter, 300W with cigarette lighter

adapter and alligator clip; 1 - Transponder Hardwire

Electrical Interface Cable (USB); Diagrams for each

case; Packing lists for each case; Installation

Manual (hard copy and electronic copy) & Manuals for

Individual RFID Products, 5 year warranty. 90-day

Delivery Required $35,906.88

  2011CG Cable Adapters PDK-AC-02, Cable Adapters.

90-day Delivery Required $74.16

  2011CH Tripods Model ACC-1006, Tripods. 90-day

Delivery Required $489.60

  2011CJ Mounting Kit Model ACC-1007, Mounting

Kits. 90-day Delivery Required $494.40

  2011CK Required Tools Model ACC-1008, Required

Tools. 90-day Delivery Required $49.44

  2011CM Power Cords Model SRA-1007, Power Cords.

90-day Delivery Required $55.62

  2011CN Outlet Strips Model ACC-1009, Outlet

Strips. 90-day Delivery Required $98.88

  2011CP Power Inverter Model ACC-1011, Power

Inverter. 90-day Delivery Required $185.40

  2011CQ Padlocks Model ACC-1012, Padlocks. 90-day

Delivery Required $37.08

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 91

Page 92: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 105 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

  2011CR Cabling Model SRA-1013, Cabling. 90-day

Delivery Required $247.20

  2011DA RF Relay TCG Model TCG-RFR-300-032-3, RF

Relay TCG, includes:

1 - RF Relay, w/ Mounting Kit; 1 - Solar Power

Module; 1 - Mounting Structure; 1 - Users

Manual; 1 - Communications Interface

Cable/Adapter; 2 - Batteries( operating and

spare); 1 - Battery Charger; 1 - AC Adapter

(when required for AC operation); 1 - Power Plug

Adapter, when required; 1 - Other Adapters and

Cables, when required; 1 - DC Power Cable (for

operation from vehicle electrical systems); and

(enter #) - Transit Case(s) 3 year warranty. 90-day

Delivery Required $13,784.73

  2011DB RF Relay TCG Model TCG-RFR-300-032-4, RF

Relay TCG, includes:

1 - RF Relay, w/ Mounting Kit; 1 - Solar Power

Module; 1 - Mounting Structure; 1 - Users

Manual; 1 - Communications Interface

Cable/Adapter; 2 - Batteries( operating and

spare); 1 - Battery Charger; 1 - AC Adapter

(when required for AC operation); 1 - Power Plug

Adapter, when required; 1 - Other Adapters and

Cables, when required; 1 - DC Power Cable (for

operation from vehicle electrical systems); and

(enter #) - Transit Case(s) 4 year warranty. 90-day

Delivery Required $14,473.97

  2011DC RF Relay TCG Model TCG-RFR-300-032-5, RF

Relay TCG, includes:

1 - RF Relay, w/ Mounting Kit; 1 - Solar Power

Module; 1 - Mounting Structure; 1 - Users

Manual; 1 - Communications Interface

Cable/Adapter; 2 - Batteries( operating and

spare); 1 - Battery Charger; 1 - AC Adapter

(when required for AC operation); 1 - Power Plug

Adapter, when required; 1 - Other Adapters and

Cables, when required; 1 - DC Power Cable (for

operation from vehicle electrical systems); and

(enter #) - Transit Case(s) 5 year warranty. 90-day

Delivery Required $15,197.67

  2011DD Solar Power Module Model MAPPS-380, Solar

Power Module. 90-day Delivery Required $5,981.40

  2011DE Mounting Structure Model ACC-1005,

Mounting Structure (industrial tripod with stakes and

tie down cables and brackets). 90-day Delivery

Required $1,196.28

  2011DF Mounting Kit Model ACC-1004, Mounting Kit

(able to be attached to tripod or fix structure). 90-

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 92

Page 93: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 106 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

day Delivery Required $358.88

  2011DG Communications Interface Cable/Adapter

Model SRA-1028, Communications Interface

Cable/Adapter. 90-day Delivery Required $239.26

  2011DH Batteries (operating and spare) Model

DEKA-8G31, Batteries (operating and spare). 90-day

Delivery Required $765.62

  2011DJ Battery Charger Model ACC-3012, Battery

Charger. 90-day Delivery Required $138.77

  2011DK AC Adapter Model SRA-1006, AC Adapter

(when required for AC operation). 90-day Delivery

Required $143.55

  2011DM Power Plug Adapter Model PDK-AC-02, Power

Plug Adapters. 90-day Delivery Required $74.16

  2011DN DC Power Cable Model SRA-1201, DC Power

Cable. 90-day Delivery Required $59.81

  2011DP Cables Model SRA-1010, Cables. 90-day

Delivery Required $239.26

  2011EA Solar Power Transit Case Model TCG-SRA-

1103-03-3, Solar Power Transit Case - Rigid solar

power module (capable of powering PC, fixed

interrogator, satellite modem, fan, etc.), tripod and

tripod mounting structure, user's manual,

rechargeable batteries (capable of power equipment

for 24 hours w/out sunlight), battery charger, power

adapters and cables (AC and DC power cables) in

transit case. 3 year warranty. 90-day Delivery

Required $8,755.20

  2011EB Solar Power Transit Case Model TCG-SRA-

1103-03-4, Solar Power Transit Case - Rigid solar

power module (capable of powering PC, fixed

interrogator, satellite modem, fan, etc.), tripod and

tripod mounting structure, user's manual,

rechargeable batteries (capable of power equipment

for 24 hours w/out sunlight), battery charger, power

adapters and cables (AC and DC power cables) in

transit case. 4 year warranty. 90-day Delivery

Required $9,192.96

  2011EC Solar Power Transit Case Model TCG-SRA-

1103-03-5, Solar Power Transit Case - Rigid solar

power module (capable of powering PC, fixed

interrogator, satellite modem, fan, etc.), tripod and

tripod mounting structure, user's manual,

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 93

Page 94: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 107 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                             2012

 

rechargeable batteries (capable of power equipment

for 24 hours w/out sunlight), battery charger, power

adapters and cables (AC and DC power cables) in

transit case. 5 year warranty. 90-day Delivery

Required $9,652.61

  2011ED Rigid Solar Power Module Model MAPPS-380,

Rigid Solar Power Module (capable of powering PC,

fixed interrogator, satellite modem, fan, etc.). 90-

day Delivery Required $5,760.00

  2011EE Tripod Model ACC-1006, Tripod. 90-day

Delivery Required $489.60

  2011EF Tripod Mounting Structure Model ACC-1005,

Tripod Mounting Structure. 90-day Delivery Required

$1,152.00

  2011EG Rechargeable Batteries Model DEKA-8G31,

Rechargeable Batteries (capable of power equipment

for 24 hours w/out sunlight). 90-day Delivery

Required $737.28

  2011EH Battery Charger Model ACC-3012, Battery

Charger. 90-day Delivery Required $138.77

  2011EJ Power Adapters Model PDK-AC-02, Power

Plug Adapters. 90-day Delivery Required $74.16

  2011EK Cable Model SRA-1000, Cables (AC and DC

power cables). 90-day Delivery Required $230.40

(End of narrative B001)

 

 

PORTABLE BAR CODE PRINTER

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2012AA Portable Printer w/ Carrying Case Model

ACC-1311-231-3, Portable Printer w/ Carrying Case 3

year warranty. $1,652.81

  2012AB Portable Printer w/ Carrying Case Model

ACC-1311-231-4, Portable Printer w/ Carrying Case 4

year warranty. $1,748.49

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 94

Page 95: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 108 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                         2013

 

 2012AC Portable Printer w/ Carrying Case Model

ACC-1311-231-5, Portable Printer w/ Carrying Case 5

year warranty. $1,878.10

  2012AD Carrying Case w/ Strap Model ACC-1317,

Carrying Case w/ Strap. $60.12

  2012AE Battery Charger Model ACC-1319-1, Battery

Charger. $81.34

  2012AF Rechargeable Battery Model ACC-1312,

Rechargeable Battery. $113.17

  2012AG AC Adapter Model ACC-1313-2, AC Adapter.

$67.19

  2012AH Interface Cable Model ACC-1314, Interface

Cable. $28.30

  2012AJ Ribbon Model ACC-1315, Ribbon (thermal

transfer). $23.92

  2012AK Roll of (enter # of labels per roll)

Polyester Label Stock Model # ACC-1306-1, Roll of

(50 labels per roll) Polyester Label Stock (4" x 6").

$7.18

 (End of narrative B001)

   

SATELLITE TRANSPONDERS

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2013AA Satellite Enabled Transponder w/GPS Model

ST-694-400, Orbcomm GT2000 1-way comms Satellite

Enabled Generic Mount Transponder w/GPS (one way

transmit only). Includes rechargeable battery.

$748.80

  2013AB Satellite Enabled Transponder w/GPS Model

ST-694-450, Orbcomm GT2000 2-way comms Satellite

Enabled Generic Mount Transponder w/GPS (transmit and

receive). Includes rechargeable battery. $748.80

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 95

Page 96: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 109 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                    2014

                           2015

 

2013AC Satellite Enabled Intrusion Detection

Transponder w/GPS Model ST-696-400, Orbcomm GT2000 1-

way comms, Satellite Enabled Intrusion Detection

Container Mount Transponder w/GPS (one way transmit

only). Includes rechargeable battery. $811.20

  2013AD Satellite Enabled Intrusion Detection

Transponder w/GPS (Gen2) Model ST-696-450, Orbcomm

GT2000 2-way comms, Satellite Enabled Intrusion

Detection Container Mount Transponder w/GPS

(transmit and receive). Includes rechargeable

battery. $811.20

 (End of narrative B001)

     APPLICATION SOFTWARE

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2014AA Fixed Interrogator Read Application.

$357.00

  2014AB Write Station Application. $357.00

  2014AC Handheld Application. $280.50

  2014AD Software Development Kit License.

$4,029.00

 (End of narrative B001)

   

TECHNICAL ENGINEERING SERVICES (TES)

SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   This CLIN is to provide aRFID-IV Technical

Engineering Services (TES) on a Firm Fixed Price

basis in accordance with the aRFID IV Performance

Work Statement (PWS).

 SECURITY CLASS: Determined at Task Order Level

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 96

Page 97: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 110 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

 CLAUSES: Additional clauses required to perform

OCONUS shall be added at the Task Order level.

 Specific requirements and pricing shall be set forth

under individual Task Orders.

 Pricing will be based on the established price model.

 Inspection, Acceptance, and FOB Point shall be

specified by incorporating the appropriate clauses

from Sections E and F on each individual Task Order.

 Delivery and Period of Performance Schedule(s) shall

be determined on each individual Task Order.

 Individual TES CLINs/SLINs to be assigned at Task

Order Level. TES projects may include a combination

of the following listed Labor Categories:

 Project Manager - Government Site. $69.13/HR

Systems Analyst - Government Site. $48.66/HR

Program/Analyst - Government Site. $59.38/HR

Junior Programmer - Government Site. $52.69/HR

Senior Programmer - Government Site. $68.13/HR

Systems Engineer - Government Site. $52.69/HR

Senior Systems Engineer - Government Site. $64.06/HR

 Software Systems Designer - Government Site.

$53.13/HR

 Senior Software Systems Engineer - Government Site.

$53.13/HR

 Senior Information Systems Engineer - Government

Site. $48.66/HR

Senior Field Engineer - Government Site. $48.66/HR

Data Comm/Network Specialist - Government Site.

$47.68/HR

 RF Technical Radio Specialist - Government Site.

$48.66/HR

 Technical Writer - Government Site. $28.00/HR

Applications Programmer - Government Site. $52.50/HR

PC Systems Specialist - Government Site. $31.25/HR

Project Manager - Contractor Site. $120.00/HR

Systems Analyst - Contractor Site. $85.00/HR

Program/Analyst - Contractor Site. $100.00/HR

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 97

Page 98: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 111 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

                                       2016

 

Junior Programmer - Contractor Site. $82.00/HR

Senior Programmer - Contractor Site. $120.00/HR

Systems Engineer - Contractor Site. $120.00/HR

Senior Systems Engineer - Contractor Site.

$130.00/HR

 Software Systems Designer - Contractor Site.

$110.00/HR

 Senior Software Systems Engineer - Contractor Site.

$120.00/HR

 Senior Information Systems Engineer - Contractor

Site. $125.00/HR

Senior Field Engineer - Contractor Site. $100.00/HR

Data Comm/Network Specialist - Contractor Site.

$105.00/HR

 RF Technical Radio Specialist - Contractor Site.

$95.00/HR

Technical Writer - Contractor Site. $45.00/HR

Applications Programmer - Contractor Site.

$120.00/HR

 PC Systems Specialist - Contractor Site. $45.00/HR

(End of narrative B001)

    TRAINING

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2016AA RFID Training Master CD-ROM. $16,500.00

  2016AB RFID Web Based Training. $16,500.00

  2016AC Update to RFID Training Master CD-ROM.

$7,150.00

  2016AD Update to Web Based Training. $7,150.00

(End of narrative B001)

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 98

Page 99: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 112 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

   2017

         2018

         2019

         2020

         2021

         2022

 

   RESERVED

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

    RESERVED

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 99

Page 100: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 113 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT  

2023

                 2024

                 2025

                2026

 

EXPEDITED DELIVERY

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2023AA Expedited Delivery (Cost Reimbursable).

(End of narrative B001)

   INCIDENTAL MATERIALS

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2024AA Incidental Materials (Cost Reimbursable).

(End of narrative B001)

   TRAVEL AND PER DIEM

  SERVICE REQUESTED: OPTION 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   2025AA Travel and Per Diem (Cost Reimbursable).

(End of narrative B001)

 

 

CONTRACT MANPOWER REPORTING-NSP

SERVICE REQUESTED: OPTION PERIOD 2

CLIN CONTRACT TYPE:

Firm Fixed Price

   Contract Manpower Reporting (CMR)

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 100

Page 101: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Page 114 of 161REPRINT

Reference No. of Document Being ContinuedCONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

  

Not Separately Priced (NSP)

Army Services Requirement

 Contractor shall report ALL Contractor labor hours

required for performance of services provided under

the aRFID-IV Contract (including subcontractor labor

hours) via a secure data collection site IAW the

"Performance Work Statement (PWS)" (Sect. J,

Attachment 0022, paragraph 15.4). See CDRL A013.

 (End of narrative B001)

       

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 101

Page 102: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page115 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

PERFORMANCE WORK STATEMENT

The aRFID-IV Specifications and Performance Work Statement (PWS) can be found in Section J, Attachment 0022.

  

*** END OF NARRATIVE C0001 ***

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 102

Page 103: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page116 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

SECTION E - INSPECTION AND ACCEPTANCE  

Regulatory Cite Title Date E-1 52.246-2 INSPECTION OF SUPPLIES--FIXED-PRICE AUG/1996

E-2 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE AUG/1996

E-3 52.246-15 CERTIFICATE OF CONFORMANCE APR/1984

E-4 52.246-16 RESPONSIBILITY FOR SUPPLIES APR/1984

 INSTRUCTIONS FOR INSPECTION/ACCEPTANCE OF SUPPLIES (including hardware/software):

 1. The supplies (hardware/software) offered on this contract are commercial items. Government Inspection and Acceptance of supplies

shall be performed to commercial standards. Inspection, in accordance with the Lot/Item List, shall be limited to -

 (a) type and kind,

(b) quantity,

(c) condition,

(d) packaging and marking.

 2. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government

reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair

or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If

repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price

reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-

acceptance rights -

 (a) Within a reasonable time after the defect was discovered or should have been discovered; and

 (b) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

 3. Designated Inspect/Accept Roles. Savi Technology, Inc. is required to contact the appropriate sub-delegated DCMA office, as outlined

below, to coordinate and schedule the Inspection/Acceptance (I/A) of all supply orders.

 (a)When Inspection/Acceptance is designated "Origin" from the following location*:

 Economical Air Service Inc. (EASCO) (Savi designated warehouse)

405 Victory Unit D

So. San Francisco, CA 94080

Ship From Label: DoDAAC 0J563

ATTN: Rosemary Johnston (Savi)

PH: 571-227-7918

E-mail: [email protected]

 *Note: CLIN 0011 series (Portable Deployment Kits - PDKs) will not be shipped from this location.

 The sub-delegated DCMA Contact for I/A will be:

 DCMA Lathrop

P.O. Box 232

700 East Roth Road, BLD 330

(Lathrop, CA)

French Camp, CA 95231-0232

DoDAAC: S0507A

ATTN: Marilyn F. Banaban, DCMA Lathrop, WLQB QAR

PH: 408-742-5924

PH: 209-941-7014

E-mail: [email protected]

 (b) When Inspection/Acceptance is designated "Origin" from the following location (specifically items associated with CLIN 0011

series including CLINs 0011AA thru 0011EJ, and OPTION Period CLINs if exercised):

 First Source Electronics, LLC (Savi designated warehouse)

6650 Business Parkway

Elkridge, MD 21075

Facility Code: 44XL1

ATTN: Rosemary Johnston (Savi)

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 103

Page 104: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page117 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

PH: 571-227-7918

E-mail: [email protected]

 The sub-delegated DCMA Contact for I/A will be:

 DCMA Baltimore

217 East Redwood St.

Suite 1800

Baltimore, MD 21202-3375

DoDAAC: S2101A

ATTN: DCMA Baltimore

PH: 443-884-1000

E-mail: [email protected]

  

*** END OF NARRATIVE E0001 ***

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 104

Page 105: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page118 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

SECTION F - DELIVERIES OR PERFORMANCE  

Regulatory Cite Title Date F-1 52.211-17 DELIVERY OF EXCESS QUANTITIES SEP/1989

F-2 52.242-15 STOP-WORK ORDER AUG/1989

F-3 52.242-17 GOVERNMENT DELAY OF WORK APR/1984

F-4 52.247-34 F.O.B. DESTINATION NOV/1991

F-5 52.247-35 F.O.B. DESTINATION, WITHIN CONSIGNEES' PREMISES APR/1984

F-6 52.247-48 F.O.B. DESTINATION--EVIDENCE OF SHIPMENT FEB/1999

 F-7 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION DEC/2013

(a) Definitions. As used in this clause

"Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable

media.

 "Concatenated unique item identifier" means

 (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in

order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or

 (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier

data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within

the original part, lot, or batch number.

 "Data matrix" means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a

perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards

Organization (ISO)/International Electrotechnical Commission (IEC) 16022.

 "Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general

category or intended use of the data that follows.

 "DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been

recognized by DoD. All DoD recognized unique identification equivalents are listed at

http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html.

 "DoD item unique identification" means a system of marking items delivered to DoD with unique item identifiers that have machine-

readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise

identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For

items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall

include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number.

 "Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items.

"Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency.

"Governments unit acquisition cost" means

(1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery;

(2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractors estimated fully burdened unit cost to the

Government at the time of delivery; and

 (3) For items produced under a time-and-materials contract, the Contractors estimated fully burdened unit cost to the Government at

the time of delivery.

 "Issuing agency" means an organization responsible for assigning a globally unique identifier to an enterprise (e.g., Dun &

Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government

Entity (NCAGE)/Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications

Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication

Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for

ISO/IEC 15459, located at http://www.nen.nl/web/Normen-ontwikkelen/ISOIEC-15459-Issuing-Agency-Codes.htm.

 "Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier.

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 105

Page 106: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page119 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts.

 "Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as

either a lot or a batch, all of which were manufactured under identical conditions.

 "Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency

identification, or optical memory cards.

 "Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with

the same form, fit, function, and interface.

 "Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier

or DoD recognized unique identification equivalent.

 "Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an

item that provides for the differentiation of that item from any other like and unlike item and is never used again within the

enterprise.

 "Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item

that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment.

 "Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the

tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization

within the enterprise identifier.

 "Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique

serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within

the part, lot, or batch number within the enterprise identifier.

 "Type designation" means a combination of letters and numerals assigned by the Government to a major end item, assembly or

subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate

modifications and changes thereto.

 "Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a

concatenated unique item identifier or a DoD recognized unique identification equivalent.

 "Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current

list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html.

 (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item.

(c) Unique item identifier.

(1) The Contractor shall provide a unique item identifier for the following:  

(i) Delivered items for which the Government's unit acquisition cost is $5,000 or more; and  

(ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following

table:

 The following items, with a unit acquisition cost less than $5,000, always require a unique item identifier:

 CLIN/SLIN Item Description

 HARDWARE:

 0001AA Active RFID-Fixed Interrogators 3 YR WARRANTY

0001AB Active RFID-Fixed Interrogators 4 YR WARRANTY

0001AC Active RFID-Fixed Interrogators 5 YR WARRANTY

 0004AA RFID Interrogator POD 3 YR WARRANTY

0004AB RFID Interrogator POD 4 YR WARRANTY

0004AC RFID Interrogator POD 5 YR WARRANTY

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 106

Page 107: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page120 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

0008AA Satellite Iridium Modem w/ GPS 3 YR WARRANTY

0008AB Satellite Iridium Modem w/ GPS 4 YR WARRANTY

0008AC Satellite Iridium Modem w/ GPS 5 YR WARRANTY

 0010AB RTLS Interrogator (Locator)

 0011AD Ruggedized Tablet w/ read/write software applications

0011AE RFID Pod Interrogator (150 feet)

0011BG Ruggedized Notebook Computer w/ read/write software applications

 RESERVED:

0017 thru 0022 Series CLINs

 NOTE: If Option Period(s) is/are exercised, the associated Option Period CLINs/SLINs apply.

  

(iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed

reparables and DoD serially managed nonreparables as specified in Attachment Number N/A.

 (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and

storage for a Major Defense Acquisition Program as specified in Attachment Number N/A.

 (v) Any item not included in paragraphs (c)(1)(i), (ii), (iii), or (iv) of this clause for which the contractor creates and marks a

unique item identifier for traceability.

 (2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked

or registered in the DoD Item Unique Identification Registry by the contractor.

 (3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that

complies with ISO/IEC International Standard 16022, Information

technology--International symbology specification--Data matrix; ECC200 data matrix specification.

(4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that--

(i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is

marked on the item using one of the following three types of data qualifiers, as determined by the Contractor:

 (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC

International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI

MH 10.8.2 Data Identifier and Application Identifier Standard.

 (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International

Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2

Data Identifier and Application Identifier Standard.

 (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air

Transport Association Common Support Data Dictionary; and

 (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and

data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology-Transfer

Syntax for High Capacity Automatic Data Capture Media.

 (5) Unique item identifier.

(i) The Contractor shall--

(A) Determine whether to--

 (1) Serialize within the enterprise identifier;

 (2) Serialize within the part, lot, or batch number; or

 (3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 107

Page 108: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page121 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique

identification equivalent; and for serialization within the part, lot, or batch number only: Original part, lot, or batch number) on

items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of

U.S. Military Property, latest version;

 (C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of

MIL-STD-129, Military Marking for Shipment and Storage, latest version; and

 (D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to

the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been

programmed to the requirements of Appendix A, MIL-STD-130, latest version.

 (ii) The issuing agency code--

 (A) Shall not be placed on the item; and

 (B) Shall be derived from the data qualifier for the enterprise identifier.

 (d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique

identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and

Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material

Inspection and Receiving Report, the following information:

 (1) Unique item identifier.

 (2) Unique item identifier type.

 (3) Issuing agency code (if concatenated unique item identifier is used).

(4) Enterprise identifier (if concatenated unique item identifier is used).

(5) Original part number (if there is serialization within the original part number).

(6) Lot or batch number (if there is serialization within the lot or batch number).

(7) Current part number (optional and only if not the same as the original part number).

(8) Current part number effective date (optional and only if current part number is used).

(9) Serial number (if concatenated unique item identifier is used).

(10) Governments unit acquisition cost.

(11) Unit of measure.

(12) Type designation of the item as specified in the contract schedule, if any.

(13) Whether the item is an item of Special Tooling or Special Test Equipment.

(14) Whether the item is covered by a warranty.

(e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this

clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material

Inspection and Receiving Report specified elsewhere in this contract, the following information:

 (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component,

or part.

 (2) Unique item identifier of the embedded subassembly, component, or part.

(3) Unique item identifier type.**

(4) Issuing agency code (if concatenated unique item identifier is used).**

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 108

Page 109: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page122 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

(5) Enterprise identifier (if concatenated unique item identifier is used).**

 (6) Original part number (if there is serialization within the original part number).**

(7) Lot or batch number (if there is serialization within the lot or batch number).**

(8) Current part number (optional and only if not the same as the original part number).**

(9) Current part number effective date (optional and only if current part number is used).**

(10) Serial number (if concatenated unique item identifier is used).**

(11) Description.

 ** Once per item.

 (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows:

 (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at

252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at

http://dodprocurementtoolbox.com/site/uidregistry/.

 (2) Embedded items shall be reported by one of the following methods--

(i) Use of the embedded items capability in WAWF;

(ii) Direct data submission to the IUID Registry following the procedures and formats at

http://dodprocurementtoolbox.com/site/uidregistry/; or

 (iii) Via WAWF as a deliverable attachment for exhibit line item number N/A, Unique Item Identifier Report for Embedded Items,

Contract Data Requirements List, DD Form 1423.

 (g) Subcontracts. If the Contractor acquires by contract any items for which item unique identification is required in accordance with

paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable

subcontract(s), including subcontracts for commercial items.

 (End of clause)

   

F-8 252.211-7006 PASSIVE RADIO FREQUENCY IDENTIFICATION SEP/2011

(a) Definitions. As used in this clause--

"Advance shipment notice" means an electronic notification used to list the contents of a shipment of goods as well as additional

information relating to the shipment, such as passive radio frequency identification (RFID) or item unique identification (IUID)

information, order information, product description, physical characteristics, type of packaging, marking, carrier information, and

configuration of goods within the transportation equipment.

 "Bulk commodities" means the following commodities, when shipped in rail tank cars, tanker trucks, trailers, other bulk wheeled

conveyances, or pipelines:

 (1) Sand.

(2) Gravel.

(3) Bulk liquids (water, chemicals, or petroleum products).

(4) Ready-mix concrete or similar construction materials.

(5) Coal or combustibles such as firewood.

(6) Agricultural products such as seeds, grains, or animal feed.

 "Case" means either a MIL-STD-129 defined exterior container within a palletized unit load or a MIL-STD-129 defined individual shipping

container.

 "Electronic Product Code\TM\ (EPC)" means an identification scheme for universally identifying physical objects via RFID tags and other

means. The standardized EPC\TM\ data consists of an EPC\TM\ (or EPC\TM\ identifier) that uniquely identifies an individual object, as

well as an optional filter value when judged to be necessary to enable effective and efficient reading of the EPC\TM\ tags. In addition

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 109

Page 110: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page123 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

to this standardized data, certain classes of EPC\TM\ tags will allow user-defined data. The EPC\TM\ Tag Data Standards will define the

length and position of this data, without defining its content.

 "EPCglobal" means a subscriber-driven organization comprised of industry leaders and organizations focused on creating global standards

for the adoption of passive RFID technology.

 "Exterior container" means a MIL-STD-129 defined container, bundle, or assembly that is sufficient by reason of material, design, and

construction to protect unit packs and intermediate containers and their contents during shipment and storage. It can be a unit pack or

a container with a combination of unit packs or intermediate containers. An exterior container may or may not be used as a shipping

container.

 "Palletized unit load" means a MIL-STD-129 defined quantity of items, packed or unpacked, arranged on a pallet in a specified manner and

secured, strapped, or fastened on the pallet so that the whole palletized load is handled as a single unit. A palletized or skidded load

is not considered to be a shipping container. A loaded 463L System pallet is not considered to be a palletized unit load. Refer to the

Defense Transportation Regulation, DoD 4500.9-R, Part II, Chapter 203, for marking of 463L System pallets.

 "Passive RFID tag" means a tag that reflects energy from the reader/interrogator or that receives and temporarily stores a small amount

of energy from the reader/interrogator signal in order to generate the tag response. The only acceptable tags are EPC Class 1 passive

RFID tags that meet the EPCglobal\TM\ Class 1 Generation 2 standard.

 "Radio frequency identification (RFID)" means an automatic identification and data capture technology comprising one or more

reader/interrogators and one or more radio frequency transponders in which data transfer is achieved by means of suitably modulated

inductive or radiating electromagnetic carriers.

 "Shipping container" means a MIL-STD-129 defined exterior container that meets carrier regulations and is of sufficient strength, by

reason of material, design, and construction, to be shipped safely without further packing (e.g., wooden boxes or crates, fiber and

metal drums, and corrugated and solid fiberboard boxes).

 (b)(1) Except as provided in paragraph (b)(2) of this clause, the Contractor shall affix passive RFID tags, at the case- and palletized-

unit-load packaging levels, for shipments of items that--

 (i) Are in any of the following classes of supply, as defined in DoD 4140.1-R, DoD Supply Chain Materiel Management Regulation,

AP1.1.11:

 (A) Subclass of Class I--Packaged operational rations.

 (B) Class II--Clothing, individual equipment, tentage, organizational tool kits, hand tools, and administrative and housekeeping

supplies and equipment.

 (C) Class IIIP--Packaged petroleum, lubricants, oils, preservatives, chemicals, and additives.

(D) Class IV--Construction and barrier materials.

(E) Class VI--Personal demand items (non-military sales items).

 (F) Subclass of Class VIII--Medical materials (excluding pharmaceuticals, biologicals, and reagents--suppliers should limit the

mixing of excluded and non-excluded materials).

 (G) Class IX--Repair parts and components including kits, assemblies and subassemblies, reparable and consumable items required

for maintenance support of all equipment, excluding medical-peculiar repair parts; and

 (ii) Are being shipped to one of the locations listed at http://www.acq.osd.mil/log/sci/rfid_ship-to_locations.html or to--

(A) A location outside the contiguous United States when the shipment has been assigned Transportation Priority 1, or to--

(B) The following location(s) deemed necessary by the requiring activity:

Any additional requirement for the Passive Radio Frequency Identification (pRFID) Tags, to be required for any "ship to" location not referenced above, will be determined and assigned at the Delivery Order Level.

 (2) The following are excluded from the requirements of paragraph (b)(1) of this clause:

(i) Shipments of bulk commodities.

(ii) Shipments to locations other than Defense Distribution Depots when the contract includes the clause at FAR 52.213-1, Fast

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 110

Page 111: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page124 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

Payment Procedures.

 (c) The Contractor shall--

 (1) Ensure that the data encoded on each passive RFID tag are globally unique (i.e., the tag ID is never repeated across two or more

RFID tags) and conforms to the requirements in paragraph (d) of this clause;

(2) Use passive tags that are readable; and

(3) Ensure that the passive tag is affixed at the appropriate location on the specific level of packaging, in accordance with MIL-STD-

129 (Section 4.9.2) tag placement specifications.

 (d) Data syntax and standards. The Contractor shall encode an approved RFID tag using the instructions provided in the EPC\TM\ Tag Data

Standards in effect at the time of contract award. The EPC\TM\ Tag Data Standards are available at

http://www.epcglobalinc.org/standards/.

 (1) If the Contractor is an EPCglobal\TM\ subscriber and possesses a unique EPC\TM\ company prefix, the Contractor may use any of the

identifiers and encoding instructions described in the most recent EPC\TM\ Tag Data Standards document to encode tags.

 (2) If the Contractor chooses to employ the DoD identifier, the Contractor shall use its previously assigned Commercial and Government

Entity (CAGE) code and shall encode the tags in accordance with the tag identifier details located at

http://www.acq.osd.mil/log/rfid/tag_data.htm. If the Contractor uses a third-party packaging house to encode its tags, the CAGE code of

the third-party packaging house is acceptable.

 (3) Regardless of the selected encoding scheme, the Contractor with which the Department holds the contract is responsible for

ensuring that the tag ID encoded on each passive RFID tag is globally unique, per the requirements in paragraph (c)(1) of this clause.

 (e) Advance shipment notice. The Contractor shall use Wide Area WorkFlow (WAWF), as required by DFARS 252.232-7003, Electronic

Submission of Payment Requests, to electronically submit advance shipment notice(s) with the RFID tag ID(s) (specified in paragraph (d)

of this clause) in advance of the shipment in accordance with the procedures at https://wawf.eb.mil/.

 (End of clause)

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 111

Page 112: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page125 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

SECTION G - CONTRACT ADMINISTRATION DATA  

Regulatory Cite Title Date  

G-1 52.232-4501 US ARMY CONTRACTING COMMAND, ROCK ISLAND CONTRACTING CENTER, AUG/2008

(ACC-RI) IMPLEMENTATION OF WIDE AREA WORKFLOW RECEIPT AND ACCEPTANCE (WAWF-RA)

FOR ELECTRONIC PROCESSING OF RECEIPT/ACCEPTANCE DOCUMENTS AND PAYMENT

 1. To implement DFARS Clause 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS", the U.S. Army Contracting Command, Rock Island

Contracting Center, uses Wide Area Workflow Receipt and acceptance (WAWF-RA) to electronically process contractor requests for payment.

This application allows DOD contractors to submit and track invoices and receipt/acceptance documents electronically.

 2. The contractor is required to use WAWF-RA when processing invoices and receiving reports under this procurement action. Submission

of hard copy DD250/invoices will no longer be accepted for payment except as provided in paragraph 3. of this clause.

 3. The Contractor may submit a payment request using other than WAWF-RA only when:

 (a) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the

Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to Wide Area

Workflow-Receipt and Acceptance;

 (b) DoD is unable to receive a payment request in electronic form; or

 (c) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be

unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with

each request for payment.

 4. INSTRUCTIONS:

 (a) INITIAL: The contractor shall register to use WAWF at http://wawf.eb.mil . There is no charge to use WAWF. All questions

relating to system setup and vendor training can be directed to the help desk at Ogden, UT. Their number is 1-866-618-5988. Web-based

training for WAWF is also available at http://www.wawftraining.com/.

 (b) DESCRIPTION OF WAWF-RA TYPES OF INVOICE/RECEIVING REPORTS:

 1) Progress Payment (For use under contractually authorized Progress Payments)

 2) Performance Based Payment (For use under contractually authorized Performance Based Payments)

 3) "COMBO" Invoice/Receiving Report (For Supply CLINS including ammunition items and ammunition related items)

 4) "2-in-1" (For Service CLINS only)

 5) Cost Voucher (For use with Cost Reimbursement contracts, Time and Material or Labor Hour contracts containing FAR Clauses

52.216-7, "Allowable Cost and Payment" or 52.232-7, "Payments under Time-and-Materials and Labor-Hour Contracts")

(c) CODES: THE FOLLOWING CODES ARE REQUIRED TO ROUTE CONTRACTOR INVOICES THROUGH WAWF:

Contractor Cage Code* 0J463 (SAVI)  

Pay DoDAAC (Department of Defense Activity Address Code)*: HQ0338(DFAS-COLUMBUS CENTER-SOUTH)  

Issue DoDAAC: W52P1J (ACC-RI) De-centralized orders will use appropriate contracting center code.  

Admin DoDAAC*: S2404A (DCMA MANASSAS)  

Inspect by DoDAAC*: S0507A (DCMA LATHROP)  

Contracting Officer* Justin Trine; [email protected]; PH: (309) 782-5096 Contract Specialist: Julie Lawrence; [email protected]; PH: (309) 782-4529

 Contracting Officer Representative: Rebecca Heise; [email protected]; PH: (703) 545-2980

 Ship to Code*: Assigned at Delivery Order Level; Not Required for Services

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 112

Page 113: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page126 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

*Required fields in WAWF. Cage Code, Paying, Issuing, and Administering DoDAACS and the assigned Contracting Officer may be found on

the face of the award document. When the contract administration is assigned to DCMA; the contractor should contact the assigned

Administrative Contracting Officer to obtain the applicable "inspect by" DoDAAC. If contract administration is retained by the

Issuing/Procuring Activity; the contractor should contact the assigned Procuring Contracting Officer to obtain the applicable "Inspect

By" DoDAAC.

  

(End of clause)

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 113

Page 114: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page127 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

SECTION H - SPECIAL CONTRACT REQUIREMENTS  SECTION H-1

 Table of Contents - Paragraph / Title

 A. Contract Life

B. Type of Contract

C. Contract Minimum and Maximum Amount

D. Delivery Requirements

E. Expedited Delivery

F. Ordering Guidance - Delivery Orders/Task Orders/Governmentwide Commercial Purchase Card Orders

G. Task Order Proposals for Technical Engineering Services (TES)

H. Incidental Materials

I. Inspection/Acceptance

J. Use of Governmentwide Commercial Purchase Card

K. Government Contractors' Use of Contract

L. Current Technology Substitutions/Contract Changes

M. Contract Change Proposal (CCP) Response Time

N. Only New Equipment

O. Reconditioned Components

P. Insurance

Q. Commercial Software Licenses

R. Cont'd. Performance Support of Crisis Situations, Contingency, or Exercise

S. Mandatory Use of Contractor to Government Electronic Mail

T. Mandatory Use of Government to Government Electronic Mail Date

U. Past Performance Input from Field Activities

V. Invited Contractor or Technical Rep. Status Republic of Korea (ROK)

W. Technical Representative SOFA Benefits (ROK Only)

X. Logistic Support (ROK Only)

Y. Information Assurance Contractor Training and Certification

  A. CONTRACT LIFE/ORDERING PERIOD(S)

 The total contract life, including options if exercised pursuant to FAR Clause 52.217-9, "Option to Extend the Term of the Contract", is

sixty (60) months from the date of contract award. The contract includes a thirty-six (36) month base ordering period, with two (2) one-

year option periods, if exercised. The following is the breakout for the base ordering period and the two option periods.

 Base Ordering Period: 08 APR 2014 through 07 APR 2017

Option Period 1 (if exercised): 08 APR 2017 through 07 APR 2018

Option Period 2 (if exercised): 08 APR 2018 through 07 APR 2019

All ordering after the Base Period is subject to the Government's Option to Extend the Term of the Contract.

B. TYPE OF CONTRACT

 This is a firm fixed price (FFP), indefinite-delivery/indefinite-quantity (ID/IQ), decentralized contract.

This decentralized contract vehicle provides aRFID hardware, software, documentation, and incidental services to authorized Government

users worldwide. See Sect. B, Supplies or Services and Prices/Costs, for the items that can be ordered under this contract.

 C. CONTRACT MINIMUM AND MAXIMUM AMOUNT

 The guaranteed minimum dollar value of this contract is $40,000.00. The minimum guarantee was fulfilled with the award of Delivery Order

0001 (08 April 2014).

 The maximum dollar value for the entire procurement is $102,000,000.00. The aggregate amount of all Delivery Orders (DO), Task Orders

(TO), and Governmentwide commercial purchase card (hereinafter referred to as purchase card) orders placed against the aRFID-IV contract

shall not exceed $102,000,000. There is no guarantee that the Government will order the maximum value under this procurement. Contract

award does not obligate the Government to place additional orders beyond the guaranteed minimum amount.

 D. DELIVERY REQUIREMENTS

 The Contractor shall start accepting orders upon notice of fully executed contract award, excluding CLIN/SLINs pending Post Award

Product Testing results. For delivery orders against this contract that contain only supplies, representatives of the Defense Contract

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 114

Page 115: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page128 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

Management Agency (DCMA) shall perform inspection and acceptance of the supplies at origin. The DCMA Contract Administration Services

(CAS) directory can be found at http://www.dcma.mil. The CAS directory also identifies the DFAS payment office that is associated with

the DCMA.

 Contractor shall provide all necessary software, cables, connectors, drivers, essential accessories, and ancillary items in order to

make each deliverable hardware item fully operational. Software application shall be preloaded to the hardware to meet the requirement

of this Contract.

 The Contractor shall deliver hardware and software items to the destination specified in the order within 60 days* after date of order

for all orders. In the event a Certificate of Conformance is authorized for use, the Contractor shall deliver hardware and software

items to the destination specified in the order within 60 days* after the date of the order. Also see FAR Clause 52.211-15, Defense

Priority and Allocation Requirements (Sect. I of the contract). *Note: Extended delivery dates are required for CLIN/subCLINs with

quantity discounts (see CLIN series 0005, 0006, 1005, 1006, 2005, and 2006 for delivery requirements). In addition, 90-day delivery is

required for Portable Deployable Kits (PDKs) (see Sect. B CLIN series 0011, 1011, and 2011 for delivery requirements).

 The Contracting Officer issuing the order may arrange for a longer delivery period. Additionally, the Contracting Officer may order

expedited delivery of items, in which case, the Contractor shall deliver the items in accordance with paragraph E. Expedited Delivery.

Partial delivery requires prior approval from the ordering office, unless specified otherwise on the Delivery Order. The Period of

Performance (PoP) shall be stated on each Task Order. Orders shall be mailed or notice of award furnished to Contractor no later than

date of order (FAR 11.403). All delivery and performance schedules include the three-day Contractor review time for acceptance or

rejection of orders. PoP for TES cannot extend beyond 12 months from contract expiration.

 E. EXPEDITED DELIVERY

 Contractor shall provide Expedited Delivery for CONUS and OCONUS locations when required and specified in orders. The price for

expedited delivery shall be negotiated on a firm-fixed price basis. The Contractor shall deliver products to destination within 7

calendar days after date of award for CONUS orders or within 14 calendar days after date of award for OCONUS order, unless other terms

are negotiated and specified in the order. Expedited deliveries not requested by the Government will be acceptable if at no additional

cost to the Government and the Government is notified of the early delivery. Prior approval is required for partial deliveries.

 F. ORDERING GUIDANCE - DELIVERY ORDERS/TASK ORDERS/GOVERNMENTWIDE COMMERCIAL PURCHASE CARD ORDERS

 1. Orders may be placed by any authorized Contracting Officer or purchase card holder supporting the Department of Defense, the

United States Coast Guard (CG), North Atlantic Treaty Organization (NATO), Coalition Partners, other Foreign Military Sales (FMS),

and other Federal agencies. Ordering Government Contracting Officers and purchase card holders are empowered to place orders in

accordance with the terms and conditions of the contract, the Federal Acquisition Regulation (FAR) and applicable supplements, and

their own agency procedures. In addition, an Ordering Guide for Government Contracting Officers can be found on the PD AMIS website,

http://www.ait.army.mil/Contracts.

 2. All Delivery Orders, purchase card orders, and Task Orders issued hereunder are subject to the terms and conditions of this

contract. The contract shall control in the event of conflict with any order.

 Any request for deviation from the terms of this contract must be submitted to the PCO:

 Justin Trine (PCO)

Army Contracting Command - Rock Island (ACC-RI)

E-mail: [email protected]

PH: 309-782-5096

 3. All requirements under this contract will be ordered by issuance of a DD Form 1155, SF 1449, purchase card form, or other

authorized form.

 4. In addition to any other data that may be called for in the contract, the following information shall be specified in each order

as applicable:

 (a) Date of Order

 (b) Contract and Order number (Note: Delivery Order numbering shall be in accordance with DFARS 204.7004 Only the issuing

office (ACC-RI) is authorized to use the numbers 0001-9999).

 (c) Point of contact (name), commercial telephone number, facsimile number, and e-mail address.

(d) Ordering Contracting Officer's commercial telephone number and e-mail address.

(e) Description of the supplies to be provided, quantity, unit price, and the associated CLIN/SLIN (See Sect. B). Defense

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 115

Page 116: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page129 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

Financing and Accounting Service (DFAS) requires the CLIN/SLIN numbers to be reflected on order forms in order to do initial

entry of orders into their automated payment system. When the Contractor submits a request for payment, DFAS will compare the

request for payment of CLIN/SLINs with the orders CLIN/SLINs. (Note: Use of item numbers in Block 19 on the SF 1449 and not

CLIN/SLIN numbers will result in payment delays and excessive administrative costs to both the Contractor and the Government).

 (f) Delivery date for supplies and performance period for services (see paragraph D. "Delivery Requirements").

 (g) Address of place of delivery or performance to include consignee.

(h) Packaging, packing, and shipping instructions, if any.

(i) Accounting and appropriation data and Contract Accounting Classification Reference Number (ACRN). NOTE: DFAS requires an

ACRN(s) on all orders.

 (j) Invoice and payment instructions to the extent not covered by the contract. Include Wide Area Workflow (WAWF) clause

information.

 (k) Orders for known Foreign Military Sales (FMS) requirements shall clearly be marked FMS requirement on the face of the

order, along with the FMS customer and the case identifier code.

 (m) Any other pertinent information.

 5. Issuance of an order shall be defined as the award date of the order (see paragraph D. Delivery Requirements).

 6. The Government reserves the right to withdraw and cancel an order at any time prior to execution if issues pertaining to the

proposed order arise that cannot be satisfactorily resolved. The Ordering Contracting Officers decision on each order shall be final

and shall not be subject to protest under FAR Subpart 33.1, Protest, except for a protest that the order increases the scope,

period, or maximum value of the contract or a protest of an order valued in excess of $10,000,000. The ACC-RI Ombudsman will review

complaints from the aRFID-IV contractor. The designated Ombudsman is:

 Randy McGee

Army Contracting Command - Rock Island (ACC-RI)

ATTN: AMSAS-GCB

1 Rock Island Arsenal,

Rock Island, IL 61299-8000

Phone: 309-782-7287

E-mail: [email protected]

 7. The Government may unilaterally change these ordering procedures at any time and at its sole discretion.

 8. Contractor Responsibilities include the following:

 a) Contractor is required to respond to all Request for Proposals (RFP) and Request for Quotes (RFQ) by the specified

submission date, unless contractor's product is waiting for Government acceptance/approval. The Contractors' proposal shall

contain sufficient detail to permit the Government to evaluate the proposal, IAW the stated evaluation criteria. If the

proposal is for TES, the proposal shall comply with the requirements identified in paragraph G. "Task Order Proposals for

Technical Engineering Services (TES).

 b) Contractor is responsible for all bid and proposal costs incurred in performance of the contract.

 c) Performance under orders shall commence only after the receipt of an executed order via facsimile or e-mail, signed by the

Ordering Contracting Officer. The Government shall not be obligated to reimburse the Contractor for work performed, items

delivered, or any costs incurred, nor shall the Contractor be obligated to perform, deliver, or otherwise incur costs except as

authorized by duly executed orders.

 G. TASK ORDER PROPOSALS FOR TECHNICAL ENGINEERING SERVICES (TES)

 1. Upon receipt of a RFP for TES, which includes a description of the tasks; the Contractor shall submit a price proposal as soon

as possible, but not more than fifteen (15) workdays after receipt of the request, unless so agreed to by the Ordering Contracting

Officer. The Contractor's proposal shall contain sufficient detail to enable the Government to determine the acceptability of the

proposal and shall include, as a minimum:

 (a) A brief description of the technical approach which demonstrates the Contractor's understanding of the task(s);

(b) Proposed timeline schedule;

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 116

Page 117: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page130 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (c) Proposed labor categories from the Master SLIN Listing (found in Section B, Supplies or Services and Prices/Costs) and the

number of hours for each category;

 (d) Proposed Incidental Materials including price and description of each item (see paragraph H. "Incidental Materials") and;

 (e) Proposed price for Travel with a breakout of airfare(s), per diem, rental car(s), and any other travel-related expenses.

(f) For turnkey proposals only:

(i) Proposed aRFID hardware and software CLINs/SLINs required for the proposed solution, and

 (ii) Any required Government-furnished AIT and Active RFID hardware and software and the associated logistical

requirements (e.g., locations and dates for the Government to furnish the items).

 2. The Government will negotiate a total FFP for the effort, excluding travel and incidental materials. This FFP will include all

labor and per diem required to complete the effort and will be included in the TO according the labor categories listed under SLIN

0015xx. If applicable, the Government will negotiate a separate FFP price for the incidental materials, which will be included in the TO at SLIN 0024AA. The incidental materials will be consistent with paragraph H. "Incidental Materials".

 3. Travel: The Contractor may be required to travel in performance of Task Orders issued under the aRFID-IV contract. Allowable

travel and per diem costs are governed by FAR Part 31, and are reimbursable by the ordering agency. Travel in performance of a task

order will only be reimbursable to the extent authorized by the ordering agency. All costs associated with travel and per diem will

not include any type of fee.

 4. The using activity representative, as stated on each Task Order, shall perform inspection and acceptance of all the items

contained on the order.

 H. INCIDENTAL MATERIALS

 Incidental Materials shall only include those items/materials necessary to complete the installation service ordered in accordance with

paragraph G. "Task Order Proposals for Technical Engineering Services (TES)". The price for the items/materials shall be negotiated on

a FFP basis for each TO, if required (see paragraph G. "Task Order Proposals for Technical Engineering Services"). The total negotiated

price for incidental materials for each TO shall not exceed $100,000.

 I. INSPECTION/ACCEPTANCE

 The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves

the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or

replacement of nonconforming supplies or performance of nonconforming services at no increase in contract price. If repair/replacement

or performance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate

consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights (1) within a

reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the

condition of the item, unless the change is due to the defect in the item.

 For delivery orders against this contract that contain only supplies, representatives of the Defense Contract Management Agency (DCMA)

shall perform inspection and acceptance of the supplies at origin. The DCMA Contract Administration Services (CAS) directory can be

found at http://www.dcma.mil. The CAS directory also identifies the DFAS payment office that is associated with the DCMA.

 For all other orders against this contract, the using activity representative as stated on each delivery, task, or Governmentwide

commercial purchase card order shall perform inspection and acceptance of all the items contained on the order.

 J. USE OF GOVERNMENTWIDE COMMERCIAL PURCHASE CARD

 The following describes the procedures to be used for ordering items under this contract by using a purchase card. This option to order

by use of the purchase card is strictly an alternative method of ordering by the Government and may be used in place of ordering by

other order forms that comply with FAR 12.204. The Government reserves the right to unilaterally terminate the use of the purchase card

at any time.

 1. All ordering offices may use the purchase card as an alternative method of ordering and paying for purchases made under this

contract. Purchase card orders are subject to all terms and conditions of this contract, unless otherwise stated in this provision

or another provision in this contract.

 2. The purchase card is specifically designed for use by the Federal Government. The purchase card is like a typical commercial

credit card. However, the authorization limitations of the purchase card are more specific, i.e., only for a particular contract,

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 117

Page 118: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page131 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

monthly limitations, certain categories of products or services, etc. The purchase card will be exclusively used for official

Government purchases in accordance with the prices, terms, and conditions of this contract. With respect to ordering authority, any

authorized user of this contract who is an appointed, recognized Governmentwide Purchase Card holder may use the purchase card as a

means of purchasing items on this contract. For purchase card orders only, this waives the requirement for use of other forms that

comply with FAR 12.204. All appointed, recognized Governmentwide Purchase Card holders are subject to and responsible for complying

with all the rules, regulations, and limits that come with his/her purchase card.

 3. Limits for the purchase card are dictated by each using activity major command. These limits for the purchase card are the

responsibility of the purchase card holder and the approving office.

 4. The Contractor shall accept FFP purchase card orders under the contract made by use of an authorized purchase card.

5. For purchase card orders only, the warranty begins on the day the order is accepted by the Government.

K. GOVERNMENT CONTRACTORS' USE OF CONTRACT

 1. If it is in the Government's interest, and if supplies or services required in the performance of a Government contract are

available under this contract, Government Ordering Contracting Officers may authorize Contractors to order items or services from

the contract under the authority and procedures set out in FAR Part 51, including placing limitations on the orders (51.102(e)(4)).

 However, Government contracting officers shall not grant the Government Contractor authorization to communicate with an aRFID-IV

contract holder without the prior approval of an ACC-RI PCO.

Any request for Government contractor use of the aRFID-IV contract must be submitted to the following ACC-RI PCO:

Justin Trine (PCO)

Army Contracting Command - Rock Island (ACC-RI)

E-mail: [email protected]

PH: 309-782-5096

 Before issuing an order, the Government Contractor shall forward the order through the Government Contracting Officer granting the

authorization to the PCO for this contract. General guidance on submitting requests for the PCO's approval for a Government

Contractor to place an order against the aRFID-IV contract can be found at: http://www.ait.army.mil/Contracts/contracts.html

 2. Title to all property acquired by a Government Contractor under such an authorization shall vest in the Government unless

otherwise specified in the Government Contractor's contract. Such property shall not be considered to be "Government-Furnished

Property" (GFP), as distinguished from "Government Property". The provisions of the clause entitled "Government Property", except

its paragraphs (a) and (b), shall apply to all property acquired under such authorization. Authorized ordering Contractors may use

their standard commercial ordering formats to place orders under this contract and the orders shall reference the Contract Number.

 3. Contractors ordering items or services from the contract shall comply with the requirements set forth in paragraph F."Ordering

Guidance for Delivery Orders/Task Orders/Governmentwide Commercial Purchase Card Orders" and the reference tool posted on the PD

AMIS website titled, "Government Contracting Officer's Ordering Guide".

  L. CURRENT TECHNOLOGY SUBSTITUTIONS AND ADDITIONS - CONTRACT CHANGES

 1. Changes within the general scope of the contract may be proposed for the purpose of substitutions or additions to assure that

state of-the-art, commercial items are readily available for ordering under this contract.

 (a) Product substitutions are replacements of CLIN/SLIN list items that have been officially announced as either out of

production or no longer supported by the original equipment manufacturer (OEM). Substituted items shall be at the same or

greater performance for the same or lesser price of the CLIN/SLIN List item(s) being replaced. Substitutions are not subject to

price increases. At the discretion of the Government, the contractor may be required to provide the proposed product for

testing in order to determine acceptance or denial of the proposed product substitution.

 (b) Additions provide for new functionality not available on contract that can be determined to be within the general scope of

the contract. A new CLIN or SLIN will be added to the contract for the addition of the new item. Prices will be negotiated.

 2. The offer of product substitution or addition shall include information sufficient to determine that the proposal satisfies the

terms and conditions of the contract and, in particular, the requirements set forth in paragraph L. "Current Technology

Substitutions and Additions/Contract Changes" of this narrative. The proposal shall, as a minimum, include the following

information:

 (a) A comparative description, in detail, of the difference between the existing contract item and the proposed product

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 118

Page 119: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page132 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

substitution and a specific analysis of the comparative advantages and disadvantages of each. For additions, the proposal shall

provide a complete description of the new item and a correlative analysis of how the new item will benefit the Government. The

comparative description should be laid out in a "From this" - "To this" format. All items within the description that require

changing should be highlighted in yellow.

 

(b) Specific items contained in the Contract that are proposed to be changed if the proposal is accepted (e.g., if new

equipment is offered to replace currently installed, will the old be exchanged for the new, and on what basis). List all

sections of the Contract affected by the proposed contract change, including changes to Section B, Supplies or Services and

Prices/Costs. Outline contract changes in a "From this" - "To this" format with all changes highlighted in yellow.

 (c) A statement as to how the changes will affect performance, costs, etc., if accepted, and an item-by item summary of any

"street pricing" of the items including a reference to the source of the "street price" and GSA Schedule pricing, if any, to

include GSA Schedule Number. The Contractor may be required to provide a minimum of three competitive quotes.

 (d) If applicable, an evaluation of the effects the change would have on Life Cycle Costs such as GFP, maintenance, personnel,

site modification, and energy.

 (e) An analysis of a timeframe in which the change should be instituted so as to obtain maximum benefit to the Government for

the remainder of the Contract.

 3. It is the Contractor's responsibility to manage and propose substitutions, and additions in a timely manner allowing sufficient

time for government approval (review times will vary depending upon the complexity and newness of the item) and to provide, without

a lapse in availability, Government approved products throughout the entire ordering period of the contract. The Contractor shall

not be reimbursed the cost associated with the preparation of a proposal for the technology changes described above. The decision as

to the acceptability of such a proposal shall be at the sole and exclusive discretion of the Contracting Officer and is not subject

to the Disputes clause of this contract.

 4. Contract Change Proposal (CCP) Numbering Convention

 The Government has established a six-digit numbering convention for aRFID IV CCPs (example: Rxx001).

The numbering convention is broken down as follows:

R = The first character on all CCPs will begin with "R" to indicate the CCP is against the aRFID IV contract.

 SA = The second and third characters are alpha indicators representing the first two letters of the Contractor. NOTE: For

Government-initiated changes that would result in a CCP, the alpha indicators will be replaced by the letters "PM" and will be

included in any request for proposal.

 000 = The last three characters are numeric indicators that represent the sequential number assigned to the CCP. NOTE:

Contractor shall apply sequential numbers Rxx001, Rxx002, etc., to contractor-initiated CCPs without regard to the sequential

numbering of any Government initiated CCPs.

 M. CONTRACT CHANGE PROPOSAL (CCP) RESPONSE TIME

 If the Government issues an RFP for a technology change or any other type of change to the contract, the Contractor shall submit a CCP

within 20 calendar days of RFP date, unless the RFP specifies a later RFP due date. Regardless of which party initiates a proposed

contract change, should the Government request supplemental information to analyze the Contractor's proposal, the Contractor shall

provide the additional information within 7 calendar days of the request, unless the Government's request specifies a later due date.

 N. ONLY NEW EQUIPMENT

 Only new equipment shall be delivered under this contract. The Contracting Officer will not grant approval for used equipment.

 O. RECONDITIONED COMPONENTS

 All equipment provided by the Contractor under this Contract may not be used or reconditioned; however components of such equipment may

be reconditioned provided such components are drawn from stockage which does not differentiate between new and reconditioned components.

 P. INSURANCE

 In accordance with the clause "Insurance - Work on a Government Installation (Jan 1997)(FAR 52.228.5)" and this schedule, the Contractor

shall acquire and maintain during the entire performance period of this contract insurance of at least the following kinds and minimum

amounts set forth below:

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 119

Page 120: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page133 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

1. Workman's Compensation and Employer's Liability Insurance in accordance with the amounts specified by the laws of the states in

which the work is to be performed under this contract. In the absence of such state laws, an amount of $100,000 shall be required

and maintained.

 2. General Liability Insurance: Bodily injury liability in the minimum amount of $500,000 per occurrence.

 3. Automobile Liability Insurance in the amount of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per

occurrence for property damage.

 Q. COMMERCIAL SOFTWARE LICENSES

 1. Commercial Software and commercial software documentation delivered under this contract shall be subject to the terms of this

clause and the governing commercial products license, to the extent the latter is consistent with Federal law and FAR 12.212.

Notwithstanding the foregoing, the commercial product license shall apply only if a copy of the license is provided with the

delivered product. In the event of conflict between this paragraph and the commercial software product license, this paragraph and

the following subparagraphs shall govern.

 2. Unless otherwise mutually agreed, all commercial software shall be licensed and priced for use on a single computer.

 3. The license shall be in the name of the U.S. Government.

 4. The license shall be perpetual (also referred to as a nonexclusive, paid-up, world-wide license).

 5. Software and Software documentation shall be provided with license rights no less than rights provided with the software and the

software documentation when sold to the public.

 6. The license shall apply to any software changes or new releases.

 7. Notwithstanding the foregoing, the Government's rights to software developed per the "Performance Work Statement (PWS)" (Sect. J,

Attachment 0022; paragraph 23.1.5 Software Development Services) shall be governed by DFARS 252.227-7014, Rights in Noncommercial

Computer Software and Noncommercial Computer Software Documentation (JUN 1995), and DFARS 252.227-7019, Validation of Asserted

Restrictions-Computer Software (JUN 1995).

 R. CONTINUED PERFORMANCE DURING SUPPORT OF CRISIS SITUATIONS, CONTINGENCY, OR EXERCISE

 1. Overview

 (a) The requirements of this Contract have been identified by the U.S. Government as being essential to the mission and

operational readiness of the U.S. Armed Services operating worldwide; therefore, the Contractor shall be required to perform

this Contract during crisis situations (including war or a state of emergency), contingencies or exercises in the identified

area of operations, also known as theatre of operations, subject to the requirements and provisions listed below.

 (b) The Contractor shall be responsible for performing all requirements of this Contract notwithstanding crisis situations,

contingencies or exercises, including but not limited to the existence of any state of war, whether declared or undeclared, or

state of emergency, by the United States or the host nation, commencement of hostilities, internal strife, rioting, civil

disturbances, or activities of any type which would endanger the welfare and security of U.S. Forces in the host nation.

Failure by the Contractor to perform may subject the Contractor to a termination of this Contract for cause. If a crisis

situation, contingency, or exercise is determined, an equitable adjustment may be negotiated.

 (c) Crisis situations and contingency operations shall be determined by the overseas theater Commander-in-Chief, or when

Defense Readiness Condition (DEFCON) Three (3) is declared for that area.

 (d) Contractor personnel and dependents may be integrated into Government contingency plans, and afforded the same rights,

privileges, protection, and priority as U.S. Government personnel. The Government may provide security, housing, and messing

facilities for Contractor personnel and dependents should conditions warrant.

 (e) In the event Contractor employees are deployed or hired into the area of operations in support of a crisis situation,

contingency or exercise, the following items and conditions will apply:

 2. Management

 (a) The Contractor shall ensure that all Contractor employees, including subcontractors, will comply with all guidance,

instructions, and general orders applicable to U.S. Armed Forces and DOD civilians and issued by the Theater Commander or

his/her representative. This will include any and all guidance and instructions issued based upon the need to ensure mission

accomplishment, force protection and safety.

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 120

Page 121: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page134 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (b) Service and Department of Defense directives, policies, and procedures. The Contractor shall ensure compliance with all

federal statutes, judicial interpretations and international agreements (e.g., Status of Forces Agreements, Host Nation Support

Agreements) applicable to U.S. Armed Forces or U.S. citizens in the area of operations. The Contracting Officer will resolve

disputes. Host Nation laws and existing Status of Forces Agreements may take precedence over contract requirements.

 (c) The Contractor shall take reasonable steps to ensure the professional conduct of its employees and subcontractors.

 (d) The Contractor shall promptly resolve, to the satisfaction of the Contracting Officer, all Contractor employee performance

and conduct problems identified by the cognizant Contracting Officer or Contracting Officer's Representative.

 (e) The Contracting Officer may direct the Contractor, at the Contractor's expense, to remove or replace any Contractor

employee failing to adhere to instructions and general orders issued by the Theater Commander or his/her designated

representative.

 3. Accounting for Personnel As directed by the Contracting Officer or Contracting Officer's Representative and based on instructions

of the Theater Commander, the Contractor shall report its employees, including third country nationals, entering and/or leaving the

area of operations by name, citizenship, location, Social Security number (SSN) or other official identity document number.

 4. Risk Assessment and Mitigation

 (a) The Contractor shall ensure physical and medical evaluations are conducted on all its deployable and/or mission essential

employees to ensure they are medically fit and capable of enduring the rigors of deployment in support of a military operation.

 (b) If a Contractor employee departs an area of operations without Contractor permission, the Contractor shall ensure continued

performance in accordance with the terms and conditions of the contract. If the Contractor replaces an employee who departs

without permission, the replacement is at Contractor expense and must be in place within five days or as directed by the

Contracting Officer.

 (c) The Contractor shall prepare plans for support of military operations as required by contract or as directed by the

Contracting Officer.

 (d) For badging and access purposes, the Contractor shall provide the Contracting Officer or Contracting Officer's

Representative a list of all employees (including qualified subcontractors and/or local vendors being used in the area of

operations) with all required identification and documentation information.

 (e) As required by the operational situation, the Government will relocate Contractor personnel (who are citizens of the United

States, aliens resident in the United States or third country nationals, not resident in the host nation) to a safe area or

evacuate them from the area of operations. The U.S. State Department has responsibility for evacuation of non-essential

personnel.

 (f) The Contractor shall brief its employees regarding the potential danger, stress, physical hardships and field living

conditions.

 (g) The Contractor shall require all its employees to acknowledge in writing that they understand the danger, stress, physical

hardships and field living conditions that are possible if the employee deploys in support of military operations.

 (h) The Contractor shall designate a point of contact for all of its plans and operations and establish an operations center to

plan and control the Contractor deployment process and resolve operational issues with the deployed force.

 5. Force Protection While performing duties in accordance with the terms and conditions of the contract, the Service will provide

force protection to Contractor employees commensurate with that given to Service/Agency (e.g. Army, Navy, Air Force, Marine, Defense

Logistics Agency (DLA)) civilians in the operations area.

 6. Vehicle and Equipment Operation

 (a) The Contractor shall ensure employees possess the required civilian licenses to operate the equipment necessary to perform

contract requirements in the theater of operations in accordance with the statement of work.

 (b) Before operating any military owned or leased equipment, the Contractor employee shall provide proof of license (issued by

an appropriate Governmental authority) to the Contracting Officer or Contracting Officer's Representative.

 (c) The Government, at its discretion, may train and license Contractor employees to operate military owned or leased

equipment.

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 121

Page 122: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page135 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

(d) The Contractor and its employees shall be held jointly and severably liable for all damages resulting from the unsafe or

negligent operation of military owned or leased equipment.

 7. On-Call Duty or Extended Hours

 (a) The Contractor shall be available to work "on-call" to perform mission essential tasks as directed by the Contracting

Officer.

 (b) The Contracting Officer, or Contracting Officer's Representative, will identify the parameters of "on call" duty.

 (c) The Contractor shall be available to work extended hours to perform mission essential tasks as directed by the Contracting

Officer.

 (d) The Contracting Officer may negotiate an equitable adjustment to the contract/task order concerning extended hours, surges,

and overtime requirements.

 8. Clothing and Equipment Issue The Contractor shall ensure that Contractor employees possess the necessary personal clothing and

safety equipment to execute contract performance in the theater of operations in accordance with the statement of work. Clothing

should be distinctive and unique and not imply that the Contractor is a military member, while at the same time not adversely

affecting the Government's tactical position in the field.

 9. Legal Assistance The Contractor shall ensure its personnel deploying to or in a theater of operations are furnished the

opportunity and assisted with making wills as well as with any necessary powers of attorney prior to deployment processing and/or

deployment.

 10. Medical

 (a) The Contractor shall be responsible for providing employees who meet the physical standards and medical requirements for

job performance in the designated theater of operations.

 (b) When applicable, the Government may provide to Contractor employees deployed in a theater of operations emergency medical

and dental care commensurate with the care provided to Department of Defense civilian deployed in the theater of operations.

 (c) Deploying civilian Contractor personnel shall carry with them a minimum of a 90-day supply of any medication they require.

 11. Passports, Visas and Customs

 (a) The Contractor is responsible for obtaining all passports, visas, or other documents necessary to enter and/or exit any

area(s) identified by the Contracting Officer for Contractor employees.

 (b) All Contractor employees shall be subject to the customs processing procedures, laws, agreements and duties of the country

to which they are deploying and the procedures, laws, and duties of the United States upon reentry.

 (c) The Contracting Officer will determine and stipulate the allowability and allocability of payment for entry/exit duties on

personal items in possession of Contractor employees per U.S. Customs Service rates and restrictions.

 (d) The Contractor shall register all personnel with the appropriate U.S. Embassy or Consulate.

 12. Living Under Field Conditions If requested by the Contractor, the Government may provide to Contractor employees deployed in the

theater of operations the equivalent field living conditions, subsistence, emergency medical and dental care, sanitary facilities,

mail delivery, laundry service, and other available support afforded to Government employees and military personnel in the theater

of operations. If the above support is negotiated in the contract, at any level, the Government will receive consideration.

 13. Morale, Welfare, and Recreation The Government will provide to Contractor employees deployed in the theater of operations

morale, welfare, and recreation services commensurate with that provided to Department of Defense civilians and military personnel

deployed in the theater of operations.

 14. Status of Forces Agreement

 (a) The Contracting Officer will inform the Contractor of the existence of all relevant Status of Forces Agreements (SOFA) and

other similar documents, and provide copies upon request.

 (b) The Contractor shall be responsible for obtaining all necessary legal advice concerning the content, meaning, application,

etc. of any applicable SOFAs, and similar agreements.

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 122

Page 123: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page136 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

(c) The Contractor shall adhere to all relevant provisions of the applicable SOFAs and other similar related agreements.

 (d) The Contractor shall be responsible for providing the Government with the required documentation to acquire invited

Contractor or technical expert status, if required by SOFA.

 15. Tour of Duty/Hours of Work

 (a) The Contracting Officer, or Contracting Officer's Representative, will provide the Contractor with the anticipated duration

of the deployment.

 (b) The Contractor, at his/her own expense, may rotate Contractor employees into and out of the theater provided there is not

degradation in mission. The Contractor shall coordinate personnel changes with the Contracting Officer.

 (c) The Contracting Officer will provide the Contractor with the anticipated work schedule.

 (d) The Contracting Officer, or Contracting Officer's Representative, may modify the work schedule to ensure the Government's

ability to continue to execute its mission.

 16. Health and Life Insurance The Contractor shall ensure that health and life insurance benefits provided to its deploying

employees are in effect in the theater of operations and allow traveling in military vehicles. Insurance is available under the

Defense Base Act administered by the Department of Labor.

 17. Next of Kin Notification Before deployment, the Contractor shall ensure that each Contractor employee completes a DD Form 93,

Record of Emergency Data Card, and returns the completed form to the designated Government official.

 18. Return Procedures

 (a) Upon notification of redeployment, the Contracting Officer will authorize Contractor employee travel from the theater of

operations to the designated CONUS Replacement Center (CRC) or individual deployment site.

 (b) The Contractor shall ensure that all Government-issued clothing and equipment provided to the Contractor or the

Contractor's employees are returned to Government control upon completion of the deployment.

 (c) The Contractor shall provide the Contracting Officer with documentation, annotated by the receiving Government official, of

all clothing and equipment returns.

 19. Special Legal Considerations

 (a) Public Law 106-523. Military Extraterritorial Jurisdiction Act of 2000: Amended Title 18, US Code, to establish Federal

Jurisdiction over certain criminal offenses committed outside the United States by persons employed by or accompanying the

Armed Forces, or by members of the Armed Forces who are released or separated from active duty prior to being identified and

prosecuted for the commission of such offenses, and for other purposes.

 (b) Applicability: This Act applies to anyone who engages in conduct outside the U.S. that would constitute an offence

punishable by imprisonment for more than one year, the same as if the offense had been committed within the jurisdiction of the

U.S. The person must be employed by or accompanying the Armed Forces outside the U.S.

 S. MANDATORY USE OF CONTRACTOR TO GOVERNMENT ELECTRONIC MAIL (e-mail)

 1. Unless exempted by the PCO in writing, communications after contract award shall be transmitted via e-mail. This shall include

all communication between the Government and the Contractor except Classified Information. Return receipt will be used if a

commercial application is available.

 2. The format for all communication shall be compatible with Microsoft Office 2007. The Government reserves the right to upgrade to

a more advanced commercial application at any time during the life of the contract.

 3. The following examples include, but are not limited to, the types of communication that shall be transmitted via e-mail:

 - Routine Letters

- Requests for Proposals under the contract

- Price Issues (except Contractor pricing data)

- Contract Data Requirements List Submittals

- Contract Data Requirements List Comments

- Approvals/Disapprovals by the Government

- Technical Evaluations of Contract Items

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 123

Page 124: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page137 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

- Clarifications

- Configuration Control

- Drawings (not to exceed 1/2 megabyte)

- Revised Shipping Instructions

- Change Order Directions

 4. In order to be contractually binding, all Government communications must be sent from the Contracting Officer's e-mail address.

The Contractor shall designate the personnel with signature authority who can contractually bind the Contractor. All binding

Contractor communication shall be sent from the signature authority's e-mail address.

 5. Upon award, the Contractor shall provide the Contracting Officer with a list of e-mail addresses for all administrative and

technical personnel assigned to this contract. If known, the Contractor shall also furnish the e-mail addresses of the

Administrative Contracting Officer, DFAS and DCAA cognizant personnel.

 6. The names and e-mail addresses for the aRFID-IV Government Procuring Contracting Officer, Contract Specialist, and Contracting

Officer's Representative (COR) are as follows:

 Procuring Contracting Officer (PCO):

Justin Trine (PCO)

Army Contracting Command - Rock Island (ACC-RI)

E-mail: [email protected]

PH: 309-782-5096

 Contract Specialist:

Julie Lawrence

Army Contracting Command - Rock Island (ACC-RI)

E-mail: [email protected]

PH: 309-782-4529

 Contracting Officer's Representative (COR):

Rebecca Heise (COR)

Product Director Automated Movement and Identification Solutions (PD AMIS)

E-mail: [email protected]

PH: 703-545-2980

 T. MANDATORY USE OF GOVERNMENT TO GOVERNMENT E-MAIL

 1. Unless exempted by the PCO in writing, communication after contract award between Government agencies shall be transmitted via e-

mail, except Classified Information.

 2. The following examples include, but are not limited to, the types of communication that shall be transmitted via e-mail:

 Instructions to Contract Ordering Officer

Instructions to Administrative Contracting Officer

Instructions to other Defense Contract Management Agency (DCMA) personnel

Instructions to Defense Finance Administration Services

Instructions to Defense Contract Audit Agency

 3. See Y. "Mandatory Use of Contractor to Government Electronic Mail" of this narrative for further guidance.

 U. PAST PERFORMANCE INPUT FROM FIELD ACTIVITIES

 All ordering offices shall provide Past Performance Input through the CORs to the PCO beginning 12 months from date of contract award

and every 12 months thereafter, through the end of the contract. The CORs shall provide the assessment input to the PCO at the e-mail

address below. Assessment input shall be required for all DOs/TOs exceeding $100,000. Out of cycle or "Addendum" reports may be

submitted if an extraordinary event happens prior to the 12 month interval or if it is necessary to report a meaningful occurrence

during the period between physical completion of the contract and contract closeout. The Regulatory requirement for Contractor

assessment and format (Non-System Contracts Performance Element) can be obtained from the Army Federal Acquisition Regulation Supplement

(AFARS), Part 5142.15.

Past Performance input shall be forwarded to the PCO:

Justin Trine (PCO)

Army Contracting Command - Rock Island (ACC-RI)

E-mail: [email protected]

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 124

Page 125: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page138 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

PH: 309-782-5096

 V. INVITED CONTRACTOR OR TECHNICAL REPRESENTATIVE STATUS REPUBLIC OF KOREA (ROK)

 1. Invited Contractor or technical representative status under the U.S.-ROK Status of Forces Agreement (SOFA) is subject to the

written approval of HQ US Forces Korea (USFK), Assistant Chief of Staff (AcofS) Acquisition Management.

 2. The contracting officer will coordinate with HQ USFK, ACofS, Acquisition Management, in accordance with DFARS, subpart 225.801

and USFA Regulation 700-19. The ACofS, Acquisition Management, will determine the appropriate Contractor status under the SOFA and

notify the contracting officer of the determination.

 3. Subject to the above approval, the Contractor, including its employees and lawful dependents, may be accorded such privileges and

exemptions as specified in the U.S.-ROK SOFA, and implemented per USFK Regulation 700-19, subject to the conditions and limitations

imposed by the SOFA and this regulation. Those privileges and exemptions may be furnished during the performance period of the

contract, subject to their availability and provided the invited Contractor or technical representative status is not withdrawn by

USFK. It is the responsibility of the Contracting Officer issuing the order to negotiate any SOFA privileges and compensation for

those privileges between the Government and Contractor.

 4. The Contractor officials and employees performing under this contract collectively and separately warrant that they are not now

performing, nor will perform during the period of this contract, any contract services or otherwise engage in business activities in

the ROK other than those pertaining to the U.S. armed forces.

 5. During performance of the work in the ROK required by this contract, the Contractor will be governed by USFK regulations

pertaining to the direct hiring and the personnel administration of Korean National employees.

 6. The authorities of the ROK will have the right to exercise jurisdiction over invited Contractors and technical representatives,

including officials and employees and their dependents, for offenses committed in the ROK and punishable by the laws of the ROK. In

recognition of the role of such persons in the defense of the ROK, they will be subject to the provisions of Article XXII, U.S.-ROK

SOFA, and related Agreed Minutes and Understandings on Implementation. In those cases in which the authorities of the ROK decide not

to exercise jurisdiction, they shall notify the U.S. military authorities as soon as possible. On such notification, the military

authorities will have the right to exercise such jurisdiction over the persons referred to, as is conferred on them by the law of

the United States.

 7. Invited Contractors and technical representatives agree to cooperate fully with the USFK sponsoring agency and responsible

officer on all matters pertaining to logistic support. In particular, Contractors will provide prompt and accurate reporting of

changes in employee status as required by this regulation to the assigned sponsoring agency. Except for Contractor air crews flying

Military Airlift Command missions, all U.S. Contractors performing work on United States Air Force classified contracts will report

to the nearest Security Police Information Security Section for the geographical area where the contract is to be performed.

 8. Invited Contractor and technical representative status will be withdrawn by USFK on-

(a) Completion or termination of the contract

(b) Proof that the Contractor or employees are engaged in business activities in the ROK other than those pertaining to U.S.

armed forces

 (c) Proof that the Contractor or employees are engaged in practices illegal in the ROK or are violating USFK regulations.

 9. It is agreed that the withdrawal of the invited Contractor or technical representative status or any of the privileges associated

herewith by the U.S. Government, will not constitute grounds for excusable delay by the Contractor in the performance of the

contract, nor will it justify or excuse the Contractor defaulting the performance of this contract; and such withdrawal will not

serve as a basis for the filing of any claims against the U.S. Government if the withdrawal is made for the reasons stated in the

preceding subparagraph 8. Under no circumstances will the withdrawal of such status or privileges be considered or construed as a

breach of contract by the U.S. Government. The determination to withdraw SOFA status and privileges by USFK shall be final and

binding on the parties unless it is patently arbitrary, capricious, and lacking in good faith; see AF. "Technical Representative

SOFA Benefits (ROK ONLY)" of this narrative.

 W. Technical Representative SOFA Benefits (ROK only)

 Article I of the SOFA 14th Joint Committee Meeting allows USFK to provide benefits to technical representatives. The following benefits

are conferred under this contract to those designated as technical representatives:

 1. Access to and movement between U.S. armed forces facilities and areas as provided for in Article X, Access of Vessels and

Aircraft.

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 125

Page 126: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page139 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

2. Entry into the ROK as provided for in Article VIII, Entry and Exit.

 3. Exemption from customs duties and other such charges as provided for in Article IX, Customs and Duties.

 4. Use of non-appropriated fund organizations as provided for in Article XIII, Non-appropriated Fund Organizations.

 5. Exemption from foreign exchange controls as provided for in Article XVIII, Foreign Exchange Controls.

 6. Use of military banking facilities as provided for in Article XIX, Military Payment Certificates.

 7. Use of military post offices as provided for in Article XX, Military Post Offices.

 8. Use of utilities and services as provided for in Article VI, Utilities and Services.

 9. Exemption from the laws and regulations of the ROK with respect to terms and conditions of employment as provided for in Article

XVII, Labor. (However, Contractors that directly hire Korean Nationals must comply with USFK Reg 690-1, and other applicable USFK

regulations concerning the employment of Korean Nationals.)

 10. Exemption from ROK taxes as provided for in Article XIV, Taxation.

 11. Although subject to ROK criminal jurisdiction, Contractor personnel shall be granted the protections as provided for in Article

XXII, Criminal Jurisdiction.

12. Licensing and registration of privately owned vehicles as provided for in Article XXIV, Vehicle and Driver's Licenses.

X. LOGISTIC SUPPORT (ROK Only)

 1. Logistic support, corporate and individual, may be provided to USFK invited Contractors and technical representatives only in

accordance with the U.S. ROK SOFA, USFK regulations, subject to availability, and on a reimbursable basis. Based upon eligibility,

individuals may be provided the below listed logistic support based on Individually Sponsored Status (unless specifically excluded

by the terms of the contract).

 (a) SOFA status for Contractor employee (excludes employee's dependents)

 (b) Duty-free importation privileges in accordance with SOFA and USFK regulations

 (c) DD Form 1173 (Uniformed Services Identification and Privilege Card)

 (d) USFK Form 73 (USFK Ration Control Plate) family size - one (for employee only)

(e) PX or BX privileges family size-one

(f) Commissary privileges (only authorized if Contractor employee is going to be in the ROK for more than 60 days; family size-

one)

 (g) Class VI store privileges (family size-one)

 (h) Purchase of gasoline and Petroleum, Oil, and Lubricants (POL) products at PX or BX facilities

 (i) Military postal service privileges for personal mail only (Army post office and fleet post office)

(j) Military banking and credit union privileges

(k) Motor vehicle operator's permit

 (l) Registration of one privately owned vehicle per family

 (m) Registration of pets and firearms

 (n) Medical services on a reimbursable basis

 (o) Dental services for emergency care only on a reimbursable basis

 (p) Mortuary services on a reimbursable basis

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 126

Page 127: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page140 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

2. To be individually sponsored for ration control purposes, the Contractor employee must be in a paid status of 30 hours or more

per week on this contract, and be other than local hire AND perform in ROK less than 1 year. If paid status is 29 or less hours per

week on this contract, no support will be authorized.

 (a) No support for dependents is authorized.

 (b) Local hire is defined as a U.S. or third-country national employee who is ordinarily resident in the U.S. but was hired in

the ROK and has no transportation agreement with the employer.

 3. Corporation Logistic Support. USFK may provide logistic support to corporations that have been designated as invited Contractors

or technical representatives by HQ USFK, ACofS, Acquisition as follows:

 (a) SOFA status exemptions. (See paragraph W. "Technical Representative SOFA Benefits (ROK ONLY)" of this narrative).

 (b) Use of postal facilities for corporate mail is not authorized.

 (c) All other corporate logistic support (fuel purchases and registration of company owned vehicles authorized) must be

coordinated between the contracting office and the USFK sponsoring agency and approved by the USFK sponsoring agency before

contract performance in ROK.

 Y. INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION

 Savi shall ensure that personnel accessing information systems have the proper and current information assurance certification to

perform information assurance functions in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program. The

Contractor shall meet the applicable information assurance certification requirements, including:

 1. DoD-approved information assurance workforce certifications appropriate for each category and level as listed in the current

version of DoD 8570.01-M

 2. Appropriate operating system certification for information assurance technical positions as required by DoD 8570.01-M.

 3. Upon request by the Government, the Contractor shall provide documentation supporting the information assurance certification

status of personnel performing information assurance functions.

 4. Contractor personnel who do not have proper and current certifications shall be denied access to DoD information systems for the

purpose of performing information assurance functions.

  

*** END OF NARRATIVE H0001 ***

 Regulatory Cite Title Date

H-1 252.222-7006 RESTRICTIONS ON THE USE OF MANDATORY ARBITRATION AGREEMENTS DEC/2010

 H-2 52.203-4501 OPERATIONS SECURITY (OPSEC) REQUIREMENTS JAN/2011

(ACC-RI)

1. As defined in Army Regulation (AR) 530-1, Operations Security (OPSEC), sensitive information is information requiring special

protection from disclosure that could cause compromise or threat to our national security, an Army organization, activity, family

member, DA civilian or DoD contractor. Critical Information is defined as information important to the successful achievement of U.S.

objectives and missions, or which may be of use to an adversary of the United States. It consists of specific facts about friendly

capabilities, activities, limitations (includes vulnerabilities), and intentions needed by adversaries for them to plan and act

effectively so as to degrade friendly mission accomplishment. All critical information is sensitive, but not all sensitive information

is critical.

 2. The Contractor shall not release sensitive information to the general public without prior written approval from the Contracting

Officer. All contractor requests to release sensitive information shall be in writing and clearly explain the necessity for release of

the information and consequences if approval is not granted. Contractor employees who are U.S. citizens shall be provided access to

sensitive information on a "need to know" basis required to fulfill the terms and conditions of the contract. Foreign National (FN)

employees access to information will be limited to non-sensitive information. FN access to sensitive information will be approved in

writing by the Contracting Officer on a case-by-case basis, and will be strictly limited to the information that the employee must know

in order to fulfill the terms and conditions of the contract.

 3. The Contracting Officer will provide the Contractor with a list of known Critical Information (CI) pertinent to contract

requirements and threat information pertinent to contract location as soon as possible after contract award. Critical Information and

threat information shall be used by the Contractors appointed OPSEC Manager to prepare an OPSEC Plan.

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 127

Page 128: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page141 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

4. The Contractor shall be responsible for establishing and maintaining an OPSEC program to adequately manage, protect and control

sensitive information that has been provided or generated under the contract. The Contractor shall prepare and submit a written OPSEC

Plan to the Contracting Officer for approval IAW DD 1423/DI-MGMT-80934C within 30 calendar days after receipt of the CI/threat

information addressed in Paragraph 3 above. The Contracting Officer will coordinate with the Government OPSEC Officer and advise the

Contractor in writing of the approval, conditional approval or disapproval of the plan within 10 days of receipt.

 5. The Contractor shall conduct annual self-assessments of their OPSEC program and submit annual written assessments to the Contracting

Officer in the anniversary month of contract award. OPSEC Assessment checklists and sample assessment responses will be provided in

advance by the Government as tools to aid the Contractor in assessing their OPSEC program.

 6. The Contractor shall provide OPSEC training to all employees regarding the safeguarding of sensitive information prior to employees

being allowed access to such information, and annually thereafter.

 7. The Contractor shall destroy all sensitive program material at the completion of the contract so as to ensure the information cannot

be accessed or utilized for any purpose and notify the Contracting Officer in writing of its destruction.

 8. These same requirements will flow down to all subcontractors working on or provided any sensitive information related to the

contract.

  HS7001

(End of Clause)

  

H-3 52.242-4591 CONTRACTOR PERFORMANCE INFORMATION DEC/2005

(ACC-RI)

 The successful offeror/bidder under this solicitation is advised that after contract award its performance under this

contract will be subject to an assessment(s) in accordance with FAR 42.15 and AFARS 5142.1503-90. The Department of Defense

(DoD) Contractors Performance Assessment Reporting System (CPARS) will be used to maintain the performance report(s) generated

on this contract. The rating system to be used in this assessment shall be as follows:

 Exceptional (Dark Blue) - Performance meets contractual requirements and exceeds many to the Governments benefit. The

contractual performance of the element or sub element being assessed was accomplished with few minor problems for which

corrective actions taken by the contractor were highly effective.

 Very Good (Purple) - Performance meets contractual requirements and exceeds some to the Governments benefit. The

contractual performance of the element or sub element being assessed was accomplished with some minor problems for which

corrective actions taken by the contractor were effective.

 Satisfactory (Green) - Performance meets contractual requirements. The contractual performance of the element or sub

element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory.

 Marginal (Yellow) - Performance does not meet some contractual requirements. The contractual performance of the element

or sub element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions.

The contractors proposed actions appear only marginally effective or were not fully implemented.

 Unsatisfactory (Red) - Performance does not meet most contractual requirements and recovery is not likely in a timely

manner. The contractual performance of the element or sub element contains serious problem(s) for which the contractors

corrective actions appear or were ineffective.

 The evaluation procedures to be used in this assessment, which include coordination with the contractor, are detailed in

AFARS 5142.1503-90.

 (End of clause)

(HS7015)

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 128

Page 129: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page142 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

SECTION I - CONTRACT CLAUSES  

Regulatory Cite Title Date

I-1 52.202-1 DEFINITIONS NOV/2013

I-2 52.203-3 GRATUITIES APR/1984

I-3 52.203-5 COVENANT AGAINST CONTINGENT FEES APR/1984

I-4 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT SEP/2006

I-5 52.203-7 ANTI-KICKBACK PROCEDURES OCT/2010

I-6 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR JAN/1997

IMPROPER ACTIVITY

I-7 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY JAN/1997

I-8 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS OCT/2010

I-9 52.204-2 SECURITY REQUIREMENTS AUG/1996

I-10 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER MAY/2011

I-11 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS JUL/2013

I-12 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE JUL/2013

I-13 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH AUG/2013

CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT

I-14 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY JUL/2013

MATTERS

I-15 52.210-1 MARKET RESEARCH APR/2011

I-16 52.211-5 MATERIAL REQUIREMENTS AUG/2000

I-17 52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS APR/2008

I-18 52.215-8 ORDER OF PRECEDENCE--UNIFORM CONTRACT FORMAT OCT/1997

I-19 52.215-14 INTEGRITY OF UNIT PRICES OCT/2010

I-20 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS JUL/2013

I-21 52.219-16 LIQUIDATED DAMAGES--SUBCONTRACTING PLAN JAN/1999

I-22 52.222-3 CONVICT LABOR JUN/2003

I-23 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES JAN/2014

I-24 52.222-20 WALSH-HEALEY PUBLIC CONTRACTS ACT OCT/2010

I-25 52.222-21 PROHIBITION OF SEGREGATED FACILITIES FEB/1999

I-26 52.222-26 EQUAL OPPORTUNITY MAR/2007

I-27 52.222-35 EQUAL OPPORTUNITY FOR VETERANS SEP/2010

I-28 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES OCT/2010

I-29 52.222-37 EMPLOYMENT REPORTS ON VETERANS SEP/2010

I-30 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS DEC/2010

ACT

I-31 52.222-41 SERVICE CONTRACT ACT OF 1965 NOV/2007

I-32 52.222-50 COMBATING TRAFFICKING IN PERSONS FEB/2009

I-33 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION AUG/2013

I-34 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG/2011

I-35 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN/2008

I-36 52.227-1 AUTHORIZATION AND CONSENT DEC/2007

I-37 52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT DEC/2007

I-38 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION JAN/1997

I-39 52.229-3 FEDERAL, STATE, AND LOCAL TAXES FEB/2013

I-40 52.232-1 PAYMENTS APR/1984

I-41 52.232-8 DISCOUNTS FOR PROMPT PAYMENT FEB/2002

I-42 52.232-11 EXTRAS APR/1984

I-43 52.232-18 AVAILABILITY OF FUNDS APR/1984

I-44 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986) -- ALTERNATE I (APR 1984) APR/1984

I-45 52.232-25 PROMPT PAYMENT JUL/2013

I-46 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER--SYSTEM FOR AWARD MANAGEMENT JUL/2013

I-47 52.232-36 PAYMENT BY THIRD PARTY JUL/2013

I-48 52.232-37 MULTIPLE PAYMENT ARRANGEMENTS MAY/1999

I-49 52.233-1 DISPUTES JUL/2002

I-50 52.233-3 PROTEST AFTER AWARD AUG/1996

I-51 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT/2004

I-52 52.239-1 PRIVACY OR SECURITY SAFEGUARDS AUG/1996

I-53 52.242-13 BANKRUPTCY JUL/1995

I-54 52.243-1 CHANGES--FIXED PRICE AUG/1987

I-55 52.247-63 PREFERENCE FOR U.S.-FLAG AIR CARRIERS JUN/2003

I-56 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) APR/2012

I-57 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) APR/1984

I-58 52.253-1 COMPUTER GENERATED FORMS JAN/1991

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 129

Page 130: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page143 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 Regulatory Cite Title Date

I-59 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE DEC/1991

I-60 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS SEP/2011

I-61 252.203-7001 PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT- DEC/2008

RELATED FELONIES

I-62 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS SEP/2013

I-63 252.204-7000 DISCLOSURE OF INFORMATION AUG/2013

I-64 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT APR/1992

I-65 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT FEB/2014

I-66 252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS DEC/1991

I-67 252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE DEC/2006

GOVERNMENT OF A TERRORIST COUNTRY

I-68 252.219-7004 SMALL BUSINESS SUBCONTRACTING PLAN (TEST PROGRAM) JAN/2011

I-69 252.222-7002 COMPLIANCE WITH LOCAL LABOR LAWS (OVERSEAS) JUN/1997

I-70 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES FEB/2013

I-71 252.225-7021 TRADE AGREEMENTS OCT/2013

I-72 252.225-7028 EXCLUSIONARY POLICIES AND PRACTICES OF FOREIGN GOVERNMENTS APR/2003

I-73 252.225-7041 CORRESPONDENCE IN ENGLISH JUN/1997

I-74 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC SEP/2004

ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS

I-75 252.227-7013 RIGHTS IN TECHNICAL DATA--NONCOMMERCIAL ITEMS FEB/2014

I-76 252.227-7014 RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER FEB/2014

SOFTWARE DOCUMENTATION

I-77 252.227-7015 TECHNICAL DATA--COMMERCIAL ITEMS FEB/2014

I-78 252.227-7016 RIGHTS IN BID OR PROPOSAL INFORMATION JAN/2011

I-79 252.227-7019 VALIDATION OF ASSERTED RESTRICTIONS--COMPUTER SOFTWARE SEP/2011

I-80 252.227-7025 LIMITATIONS ON THE USE OR DISCLOSURE OF GOVERNMENT-FURNISHED MAY/2013

INFORMATION MARKED WITH RESTRICTIVE LEGENDS

I-81 252.227-7027 DEFERRED ORDERING OF TECHNICAL DATA OR COMPUTER SOFTWARE APR/1988

I-82 252.227-7030 TECHNICAL DATA--WITHHOLDING OF PAYMENT MAR/2000

I-83 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA JUN/2013

I-84 252.231-7000 SUPPLEMENTAL COST PRINCIPLES DEC/1991

I-85 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS JUN/2012

I-86 252.232-7008 ASSIGNMENT OF CLAIMS (OVERSEAS) JUN/1997

I-87 252.232-7010 LEVIES ON CONTRACT PAYMENTS DEC/2006

I-88 252.233-7001 CHOICE OF LAW (OVERSEAS) JUN/1997

I-89 252.239-7001 INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION JAN/2008

I-90 252.239-7018 SUPPLY CHAIN RISK NOV/2013

I-91 252.243-7001 PRICING OF CONTRACT MODIFICATIONS DEC/1991

I-92 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT DEC/2012

I-93 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT MAR/2008

I-94 252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES JUN/2013

I-95 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA JUN/2013

 I-96 52.216-19 ORDER LIMITATIONS OCT/1995

 (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $50.00 for

products or less than $300.00 for services, the Government is not obligated to purchase, nor is the Contractor obligated to furnish,

those supplies or services under the contract.

 (b) Maximum order. The Contractor is not obligated to honor --

 (1) Any order for a single item in excess of $5 Million;

 (2) Any order for a combination of items in excess of $10 million; or

 (3) A series of orders from the same ordering office within 3 days that together call for quantities exceeding the limitation in

subparagraph (b)(1) or (2) of this section.

 (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition

Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds

the maximum-order limitations in paragraph (b) of this section.

 (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 130

Page 131: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page144 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with

written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice,

the Government may acquire the supplies or services from another source.

 (End of Clause)

   

I-97 52.216-22 INDEFINITE QUANTITY OCT/1995

 (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the

Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

 (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor

shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the

quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated

in the Schedule as the minimum.

 (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of

orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple

locations.

 

(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the

Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations

with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the

Contractor shall not be required to make any deliveries under this contract 60 days after expiration of the contract term.

 (End of Clause)

   

I-98 52.217-8 OPTION TO EXTEND SERVICES NOV/1999

 The Government may require continued performance of any services within the limits and at the rates specified in the contract. These

rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision

may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may

exercise the option by written notice to the Contractor within 30 days of contract expiration.

 (End of Clause)

   

I-99 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR/2000

 (a) The Government may extend the term of this contract by written notice to the Contractor within 2 days prior to the expiration of the

contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days

before the contract expires. The preliminary notice does not commit the Government to an extension.

 (b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

 (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months from the

date specified in the written notice to proceed.

 (End of Clause)

  

I-100 252.216-7006 ORDERING MAY/2011

 (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the

individuals or activities designated in the contract schedule. All Federal Contracting Officers are delegated procurement authority to

place TOs/DOs against the aRFID-IV IDIQ contract.

 (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a

delivery order or task order and this contract, the contract shall control.

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 131

Page 132: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page145 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

(c)(1) If issued electronically, the order is considered "issued" when a copy has been posted to the Electronic Document Access system,

and notice has been sent to the Contractor.

 (2) If mailed or transmitted by facsimile, a delivery order or task order is considered "issued" when the Government deposits the

order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services.

 (3) Orders may be issued orally only if authorized in the schedule.

(End of Clause)

  

I-101 252.225-7027 RESTRICTION ON CONTINGENT FEES FOR FOREIGN MILITARY SALES APR/2003

 (a) Except as provided in paragraph (b) of this clause, contingent fees, as defined in the Covenant Against Contingent Fees clause of

this contract, are generally an allowable cost, provided the fees are paid to

 (1) A bona fide employee of the Contractor; or

 (2) A bona fide established commercial or selling agency maintained by the Contractor for the purpose of securing business.

 (b) For foreign military sales, unless the contingent fees have been identified and payment approved in writing by the foreign customer

before contract award, the following contingent fees are unallowable under this contract:

 (1) For sales to the Government(s) of Australia, Taiwan, Egypt, Greece, Israel, Japan, Jordan, Republic of Korea, Kuwait, Pakistan,

Philippines, Saudi Arabia, Turkey, Thailand, and Venezuela (Air Force), contingent fees in any amount.

 (2) For sales to Governments not listed in paragraph (b)(1) of this clause, contingent fees exceeding $50,000 per foreign military

sale case.

 (End of clause)

    

I-102 252.225-7040 CONTRACTOR PERSONNEL AUTHORIZED TO ACCOMPANY U.S. ARMED FORCES FEB/2013

DEPLOYED OUTSIDE THE UNITED STATES

(a) Definitions. As used in this clause

 "Combatant Commander" means the commander of a unified or specified combatant command established in accordance with 10 U.S.C. 161.

 "Designated operational area" means a geographic area designated by the combatant commander or subordinate joint force commander for the

conduct or support of specified military operations.

 "Law of war" means that part of international law that regulates the conduct of armed hostilities. The law of war encompasses all

international law for the conduct of hostilities binding on the United States or its individual citizens, including treaties and

international agreements to which the United States is a party, and applicable customary international law.

 "Subordinate joint force commander" means a sub-unified commander or joint task force commander.

(b) General.

(1) This clause applies when Contractor personnel are authorized to accompany U.S. Armed Forces deployed outside the United States in

 (i) Contingency operations;

 (ii) Humanitarian or peacekeeping operations; or

 (iii) Other military operations or military exercises, when designated by the Combatant Commander.

 (2) Contract performance in support of U.S. Armed Forces deployed outside the United States may require work in dangerous or austere

conditions. Except as otherwise provided in the contract, the Contractor accepts the risks associated with required contract performance

in such operations.

 (3) Contractor personnel are civilians accompanying the U.S. Armed Forces.

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 132

Page 133: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page146 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (i) Except as provided in paragraph (b)(3)(ii) of this clause, Contractor personnel are only authorized to use deadly force in self-

defense.

 (ii) Contractor personnel performing security functions are also authorized to use deadly force when such force reasonably appears

necessary to execute their security mission to protect assets/persons, consistent with the terms and conditions contained in their

contract or with their job description and terms of employment.

 (iii) Unless immune from host nation jurisdiction by virtue of an international agreement or international law, inappropriate use of

force by contractor personnel authorized to accompany the U.S. Armed Forces can subject such personnel to United States or host nation

prosecution and civil liability (see paragraphs (d) and (j)(3) of this clause).

 (4) Service performed by Contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106 note.

(c) Support.

(1)(i) The Combatant Commander will develop a security plan for protection of Contractor personnel in locations where there is not

sufficient or legitimate civil authority, when the Combatant Commander decides it is in the interests of the Government to provide

security because

 (A) The Contractor cannot obtain effective security services;

 (B) Effective security services are unavailable at a reasonable cost; or

 (C) Threat conditions necessitate security through military means.

 (ii) The Contracting Officer shall include in the contract the level of protection to be provided to Contractor personnel.

 (iii) In appropriate cases, the Combatant Commander may provide security through military means, commensurate with the level of

security provided DoD civilians.

 (2)(i) Generally, all Contractor personnel authorized to accompany the U.S. Armed Forces in the designated operational area are

authorized to receive resuscitative care, stabilization, hospitalization at level III military treatment facilities, and assistance with

patient movement in emergencies where loss of life, limb, or eyesight could occur. Hospitalization will be limited to stabilization and

short-term medical treatment with an emphasis on return to duty or placement in the patient movement system.

 (ii) When the Government provides medical treatment or transportation of Contractor personnel to a selected civilian facility, the

Contractor shall ensure that the Government is reimbursed for any costs associated with such treatment or transportation.

(iii) Medical or dental care beyond this standard is not authorized unless specified elsewhere in this contract.

(3) Unless specified elsewhere in this contract, the Contractor is responsible for all other support required for its personnel

engaged in the designated operational area under this contract.

 (4) Contractor personnel must have a Synchronized Predeployment and Operational Tracker (SPOT)-generated letter of authorization

signed by the Contracting Officer in order to process through a deployment center or to travel to, from, or within the designated

operational area. The letter of authorization also will identify any additional authorizations, privileges, or Government support that

Contractor personnel are entitled to under this contract.

 (d) Compliance with laws and regulations.

 (1) The Contractor shall comply with, and shall ensure that its personnel authorized to accompany U.S. Armed Forces deployed outside

the United States as specified in paragraph (b)(1) of this clause are familiar with and comply with, all applicable

 (i) United States, host country, and third country national laws;

 (ii) Provisions of the law of war, as well as any other applicable treaties and international agreements;

(iii) United States regulations, directives, instructions, policies, and procedures; and

(iv) Orders, directives, and instructions issued by the Combatant Commander, including those relating to force protection, security,

health, safety, or relations and interaction with local nationals.

 (2) The Contractor shall institute and implement an effective program to prevent violations of the law of war by its employees and

subcontractors, including law of war training in accordance with paragraph (e)(1)(vii) of this clause.

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 133

Page 134: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page147 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (3) The Contractor shall ensure that contractor employees accompanying U.S. Armed Forces are aware--

 (i) Of the DoD definition of "sexual assault" in DoDD 6495.01, Sexual Assault Prevention and Response Program;

 (ii) That many of the offenses addressed by the definition are covered under the Uniform Code of Military Justice (see paragraph

(e)(2)(iv) of this clause). Other sexual misconduct may constitute offenses under the Uniform Code of Military Justice, Federal law,

such as the Military Extraterritorial Jurisdiction Act, or host nation laws; and

 (iii) That the offenses not covered by the Uniform Code of Military Justice may nevertheless have consequences to the contractor

employees (see paragraph (h)(1) of this clause).

 (4) The Contractor shall report to the appropriate investigative authorities, identified in paragraph (d)(6) of this clause, any

alleged offenses under--

 (i) The Uniform Code of Military Justice (chapter 47 of title 10, United States Code) (applicable to contractors serving with or

accompanying an armed force in the field during a declared war or contingency operations); or

 (ii) The Military Extraterritorial Jurisdiction Act (chapter 212 of title 18, United States Code).

 (5) The Contractor shall provide to all contractor personnel who will perform work on a contract in the deployed area, before

beginning such work, information on the following:

 (i) How and where to report an alleged crime described in paragraph (d)(4) of this clause.

 (ii) Where to seek victim and witness protection and assistance available to contractor personnel in connection with an alleged

offense described in paragraph (d)(4) of this clause.

 (6) The appropriate investigative authorities to which suspected crimes shall be reported include the following--

(i) US Army Criminal Investigation Command at http://www.cid.army.mil/reportacrime.html;

(ii) Air Force Office of Special Investigations at http://www.osi.andrews.af.mil/library/factsheets/factsheet.asp?id=14522;

(iii) Navy Criminal Investigative Service at http://www.ncis.navy.mil/Pages/publicdefault.aspx;

(iv) Defense Criminal Investigative Service at http://www.dodig.mil/HOTLINE/index.html;

(v) To any command of any supported military element or the command of any base.

(7) Personnel seeking whistleblower protection from reprisals for reporting criminal acts shall seek guidance through the DoD

Inspector General hotline at 800-424-9098 or www.dodig.mil/HOTLINE/index.html. Personnel seeking other forms of victim or witness

protections should contact the nearest military law enforcement office.

 (e) Pre-deployment requirements.

 (1) The Contractor shall ensure that the following requirements are met prior to deploying personnel authorized to accompany U.S.

Armed Forces. Specific requirements for each category may be specified in the statement of work or elsewhere in the contract.

 (i) All required security and background checks are complete and acceptable.

 (ii) All deploying personnel meet the minimum medical screening requirements and have received all required immunizations as

specified in the contract. The Government will provide, at no cost to the Contractor, any theater-specific immunizations and/or

medications not available to the general public.

 (iii) Deploying personnel have all necessary passports, visas, and other documents required to enter and exit a designated

operational area and have a Geneva Conventions identification card, or other appropriate DoD identity credential, from the deployment

center. Any Common Access Card issued to deploying personnel shall contain the access permissions allowed by the letter of authorization

issued in accordance with paragraph (c)(4) of this clause.

 (iv) Special area, country, and theater clearance is obtained for personnel. Clearance requirements are in DoD Directive 4500.54,

Official Temporary Duty Abroad, and DoD 4500.54-G, DoD Foreign Clearance Guide. Contractor personnel are considered non-DoD personnel

traveling under DoD sponsorship.

 (v) All personnel have received personal security training. At a minimum, the training shall

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 134

Page 135: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page148 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (A) Cover safety and security issues facing employees overseas;

 (B) Identify safety and security contingency planning activities; and

 (C) Identify ways to utilize safety and security personnel and other resources appropriately.

 (vi) All personnel have received isolated personnel training, if specified in the contract, in accordance with DoD Instruction

1300.23, Isolated Personnel Training for DoD Civilian and Contractors.

(vii) Personnel have received law of war training as follows:

(A) Basic training is required for all Contractor personnel authorized to accompany U.S. Armed Forces deployed outside the United

States. The basic training will be provided through

 (1) A military-run training center; or

 (2) A web-based source, if specified in the contract or approved by the Contracting Officer.

 (B) Advanced training, commensurate with their duties and responsibilities, may be required for some Contractor personnel as

specified in the contract.

 (2) The Contractor shall notify all personnel who are not a host country national, or who are not ordinarily resident in the host

country, that

 (i) Such employees, and dependents residing with such employees, who engage in conduct outside the United States that would

constitute an offense punishable by imprisonment for more than one year if the conduct had been engaged in within the special maritime

and territorial jurisdiction of the United States, may potentially be subject to the criminal jurisdiction of the United States in

accordance with the Military Extraterritorial Jurisdiction Act of 2000 (18 U.S.C. 3621, et seq.);

 (ii) Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal jurisdiction also extends to conduct that is determined to

constitute a war crime when committed by a civilian national of the United States;

 (iii) Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of U.S. diplomatic, consular,

military or other U.S. Government missions outside the United States (18 U.S.C. 7(9)); and

 (iv) In time of declared war or a contingency operation, Contractor personnel authorized to accompany U.S. Armed Forces in the field

are subject to the jurisdiction of the Uniform Code of Military Justice under 10 U.S.C. 802(a)(10).

 (f) Processing and departure points. Deployed Contractor personnel shall

 (1) Process through the deployment center designated in the contract, or as otherwise directed by the Contracting Officer, prior to

deploying. The deployment center will conduct deployment processing to ensure visibility and accountability of Contractor personnel and

to ensure that all deployment requirements are met, including the requirements specified in paragraph (e)(1) of this clause;

 (2) Use the point of departure and transportation mode directed by the Contracting Officer; and

 (3) Process through a Joint Reception Center (JRC) upon arrival at the deployed location. The JRC will validate personnel

accountability, ensure that specific designated operational area entrance requirements are met, and brief Contractor personnel on

theater-specific policies and procedures.

 (g) Personnel data.

 (1) The Contractor shall enter before deployment and maintain data for all Contractor personnel that are authorized to accompany U.S.

Armed Forces deployed outside the United States as specified in paragraph (b)(1) of this clause. The Contractor shall use the

Synchronized Predeployment and Operational Tracker (SPOT) web-based system, at http://www.dod.mil/bta/products/spot.html, to enter and

maintain the data.

 (2) The Contractor shall ensure that all employees in the database have a current DD Form 93, Record of Emergency Data Card, on file

with both the Contractor and the designated Government official. The Contracting Officer will inform the Contractor of the Government

official designated to receive this data card.

 (h) Contractor personnel.

 (1) The Contracting Officer may direct the Contractor, at its own expense, to remove and replace any Contractor personnel who

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 135

Page 136: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page149 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

jeopardize or interfere with mission accomplishment or who fail to comply with or violate applicable requirements of this contract. Such

action may be taken at the Governments discretion without prejudice to its rights under any other provision of this contract, including

the Termination for Default clause.

 (2) The Contractor shall have a plan on file showing how the Contractor would replace employees who are unavailable for deployment or

who need to be replaced during deployment. The Contractor shall keep this plan current and shall provide a copy to the Contracting

Officer upon request. The plan shall

 (i) Identify all personnel who are subject to military mobilization;

 (ii) Detail how the position would be filled if the individual were mobilized; and

 (iii) Identify all personnel who occupy a position that the Contracting Officer has designated as mission essential.

 (3) Contractor personnel shall report to the Combatant Commander or a designee, or through other channels such as the military police,

a judge advocate, or an inspector general, any suspected or alleged conduct for which there is credible information that such conduct

 (i) Constitutes violation of the law of war; or

 (ii) Occurred during any other military operations and would constitute a violation of the law of war if it occurred during an armed

conflict.

  (i) Military clothing and protective equipment.

 (1) Contractor personnel are prohibited from wearing military clothing unless specifically authorized in writing by the Combatant

Commander. If authorized to wear military clothing, Contractor personnel must

 (i) Wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable from military personnel, consistent

with force protection measures; and

 (ii) Carry the written authorization with them at all times.

 (2) Contractor personnel may wear military-unique organizational clothing and individual equipment (OCIE) required for safety and

security, such as ballistic, nuclear, biological, or chemical protective equipment.

 (3) The deployment center, or the Combatant Commander, shall issue OCIE and shall provide training, if necessary, to ensure the safety

and security of Contractor personnel.

 (4) The Contractor shall ensure that all issued OCIE is returned to the point of issue, unless otherwise directed by the Contracting

Officer.

 (j) Weapons.

 (1) If the Contractor requests that its personnel performing in the designated operational area be authorized to carry weapons, the

request shall be made through the Contracting Officer to the Combatant Commander, in accordance with DoD Instruction 3020.41, paragraph

6.3.4.1 or, if the contract is for security services, paragraph 6.3.5.3. The Combatant Commander will determine whether to authorize in-

theater Contractor personnel to carry weapons and what weapons and ammunition will be allowed.

 (2) If the Contracting Officer, subject to the approval of the Combatant Commander, authorizes the carrying of weapons

 (i) The Contracting Officer may authorize the Contractor to issue Contractor-owned weapons and ammunition to specified employees; or

  

(ii) The Procuring Contract Officer from ACC-RI may issue Government-furnished weapons and ammunition to the Contractor for issuance

to specified Contractor employees.

 (3) The Contractor shall ensure that its personnel who are authorized to carry weapons

 (i) Are adequately trained to carry and use them

 (A) Safely;

 (B) With full understanding of, and adherence to, the rules of the use of force issued by the Combatant Commander; and

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 136

Page 137: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page150 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

(C) In compliance with applicable agency policies, agreements, rules, regulations, and other applicable law;

(ii) Are not barred from possession of a firearm by 18 U.S.C. 922; and

(iii) Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use, safety, and accountability of

weapons and ammunition.

 (4) Whether or not weapons are Government-furnished, all liability for the use of any weapon by Contractor personnel rests solely with

the Contractor and the Contractor employee using such weapon.

 (5) Upon redeployment or revocation by the Combatant Commander of the Contractors authorization to issue firearms, the Contractor

shall ensure that all Government-issued weapons and unexpended ammunition are returned as directed by the Contracting Officer.

 (k) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or equipment

necessary to perform the contract in the designated operational area.

 (l) Purchase of scarce goods and services. If the Combatant Commander has established an organization for the designated operational

area whose function is to determine that certain items are scarce goods or services, the Contractor shall coordinate with that

organization local purchases of goods and services designated as scarce, in accordance with instructions provided by the Contracting

Officer.

 (m) Evacuation.

 (1) If the Combatant Commander orders a mandatory evacuation of some or all personnel, the Government will provide assistance, to the

extent available, to United States and third country national Contractor personnel.

 (2) In the event of a non-mandatory evacuation order, unless authorized in writing by the Contracting Officer, the Contractor shall

maintain personnel on location sufficient to meet obligations under this contract.

 (n) Next of kin notification and personnel recovery.

 (1) The Contractor shall be responsible for notification of the employee-designated next of kin in the event an employee dies,

requires evacuation due to an injury, or is isolated, missing, detained, captured, or abducted.

 (2) In the case of isolated, missing, detained, captured, or abducted Contractor personnel, the Government will assist in personnel

recovery actions in accordance with DoD Directive DoD Directive 3002.01E, Personnel Recovery in the Department of Defense.

 (o) Mortuary affairs. Mortuary affairs for Contractor personnel who die while accompanying the U.S. Armed Forces will be handled in

accordance with DoD Directive 1300.22, Mortuary Affairs Policy.

 (p) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting Officer may, at any

time, by written order identified as a change order, make changes in the place of performance or Government-furnished facilities,

equipment, material, services, or site. Any change order issued in accordance with this paragraph (p) shall be subject to the provisions

of the Changes clause of this contract.

 (q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all subcontracts when

subcontractor personnel are authorized to accompany U.S. Armed Forces deployed outside the United States in

 (1) Contingency operations;

 (2) Humanitarian or peacekeeping operations; or

 (3) Other military operations or military exercises, when designated by the Combatant Commander.

(End of clause)

  

I-103 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE MAR/2006

THE UNITED STATES

 (a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlying areas.

 (b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the

United States under this contract, shall

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 137

Page 138: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page151 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;

 (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register

with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related

requirements of the Embassy of their nationality;

 (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that

which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information

can be made available prior to travel outside the United States; and

 (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel.

(c) The requirements of this clause do not apply to any subcontractor that is:

(1) A foreign government;

 (2) A representative of a foreign government; or

 (3) A foreign corporation wholly owned by a foreign government.

 (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQDA-AT; telephone, DSN 222-9832 or

commercial (703) 692-9832.

 (End of clause)

    

I-104 252.225-7995 CONTRACTOR PERSONNEL PERFORMING IN THE UNITED STATES CENTRAL COMMAND JUN/2013

(DEV 2013- AREA OF RESPONSIBILITY (DEVIATION 2013-O0015)

O0015)

(a) General. (1) This clause applies when Contractor personnel are required to perform in the United States Central Command

(USCENTCOM) Area of Responsibility (AOR) and are not covered by the clause at DFARS 252.225-7040, Contractor Personnel Authorized to

Accompany U.S. Armed Forces Deployed Outside the United States.

 (2) Contract performance may require work in dangerous or austere conditions. Except as otherwise provided in the contract, the

Contractor accepts the risks associated with required contract performance in such operations.

 (3) Contractor personnel are civilians. When authorized in accordance with paragraph (h) of this clause to carry arms for personal

protection, Contractor personnel are only authorized to use force for individual self-defense.

 (4) Service performed by Contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106 note.

 (b) Support. Unless specified elsewhere in the contract, the Contractor is responsible for all logistical and security support

required for Contractor personnel engaged in this contract.

 (c) Compliance with laws and regulations. (1) The Contractor shall comply with, and shall ensure that its personnel in the USCENTCOM

AOR are familiar with and comply with, all applicable--

 (i) United States, host country, and third country national laws;

(ii) Treaties and international agreements;

(iii) United States regulations, directives, instructions, policies, and procedures; and

 (iv) Force protection, security, health, or safety orders, directives, and instructions issued by the USCENTCOM Commander; however,

only the Contracting Officer is authorized to modify the terms and conditions of the contract.

 (2) The Contractor shall ensure that Contractor employees are aware of their rights to--

 (A) Hold their own identity or immigration documents, such as passport or drivers license;

(B) Receive agreed upon wages on time;

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 138

Page 139: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page152 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

(C) Take lunch and work-breaks;

 (D) Elect to terminate employment at any time;

 (E) Identify grievances without fear of reprisal;

 (F) Have a copy of their employment contract in a language they understand;

(G) Receive wages that are not below the legal in-country minimum wage;

(H) Be notified of their rights, wages, and prohibited activities prior to signing their employment contract; and

 (I) If housing is provided, live in housing that meets host-country housing and safety standards.

 (d) Preliminary personnel requirements. (1) Specific requirements for paragraphs (d)(2)(i) and (d)(2)(ii) of this clause will be set

forth in the statement of work or elsewhere in the contract.

 (2) Before Contractor personnel begin contract performance in the USCENTCOM AOR, the Contractor shall ensure the following:

(i) All required security and background checks are complete and acceptable.

(ii) All personnel are medically and physically fit and have received all required vaccinations.

(e) Registration of Contractor personnel.

(1) The Contractor shall use the Synchronized Predeployment and Operational Tracker (SPOT) web-based system to enter and maintain

data for all Contractor employees covered by this clause, following the

procedures in paragraph (e)(3) of this clause.

 (2) Upon becoming an employee under this contract, the Contractor shall enter into SPOT, and shall continue to use SPOT web-based

system to maintain accurate, up-to-date information throughout the employment in the AOR. Changes to status of individual Contractor

personnel relating to their in-theater arrival date and their duty location, to include closing out the employment in the AOR with their

proper status (e.g., mission complete, killed, wounded) shall be annotated within the SPOT database in accordance with the timelines

established in the SPOT business rules.

 (i) In all circumstances, this includes any personnel performing private security functions.

 (ii) For personnel other than those performing private security functions, this requirement excludes anyone--

(A) Hired under contracts valued below the simplified acquisition threshold;

(B) Who will be performing in the CENTCOM AOR less than 30 continuous days; or

 (C) Who, while afloat, are tracked by the Diary message Reporting System

 (3) Follow these steps to register in and use SPOT:

 (i) SPOT registration requires one of the following login methods:

 (A) A Common Access Card or a SPOT-approved digital certificate; or

 (B) A Government-sponsored SPOT user ID and password or an Army Knowledge Online (AKO) account.

(ii) To register in SPOT:

(A) Contractor company administrators should register for a SPOT account at https://spot.altess.army.mil; and

 (B) The customer support team must validate user need. This process may take two business days. Company supervisors will be

contacted to validate Contractor company administrator account requests and determine the appropriate level of user access.

 (iii) Upon approval, all users will access SPOT at https://spot.altess.army.mil/.

 (iv) Refer SPOT application assistance questions to the Customer Support Team at 717-458-0747 or [email protected]. Refer

to the SPOT Enterprise Suite Resource Center at http://www.resource.spot-es.net/ for additional training resources and documentation

regarding registration for and use of SPOT.

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 139

Page 140: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page153 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (4) The Contractor shall submit aggregate Contractor personnel counts at a minimum quarterly or as directed by the Contracting

Officer by category (i.e. U.S. third country national or local national) of those Contractor personnel who are on contracts valued at

more than the simplified acquisition threshold, but performing less that 30 days in the AOR (e.g. day laborers).

 (f) Contractor personnel. The Contracting Officer may direct the personnel who fail to comply with or violate applicable requirements

of this contract. Such action may be taken at the Governments discretion without prejudice to its rights under any other provision of

this contract, including termination for default or cause.

 (g) Military clothing and protective equipment.

 (1) Contractor personnel are prohibited from wearing military clothing unless specifically authorized by the USCENTCOM Commander. If

authorized to wear military clothing, Contractor personnel must wear distinguishable from military personnel, consistent with force

protection measures.

 (2) Contractor personnel may wear specific items required for safety and security, such as ballistic, nuclear, biological, or

chemical protective equipment.

 (h) Weapons.

 (1) If the Contractor requests that its personnel performing in the designated operational area be authorized to carry weapons for

personal protection, the request shall be made through the Contracting Officer to the USCENTCOM Commander, in accordance with DoD

Instruction 3020.41, enclosure 2, paragraph 4.e.(2).. The USCENTCOM Commander will determine whether to authorize in-theater Contractor

personnel to carry weapons and what weapons and ammunition will be allowed.

 (2) If the Contracting Officer, subject to the approval of the USCENTCOM Commander, authorizes the carrying of weapons--

 (i) The Contracting Officer may authorize an approved contractor to issue contractor-owned weapons and ammunition to specified

employees; or

 (ii) The Procuring Contract Officer from ACC-RI may issue Government-furnished weapons and ammunition to the Contractor for

issuance to specified Contractor employees.

 (3) The Contractor shall ensure that its personnel who are authorized to carry weapons--

(i) Are adequately trained to carry and use them--

(A) Safely;

 (B) With full understanding of, and adherence to, the rules of the use of force issued by the USCENTCOM Commander; and

  law;

(C) In compliance with applicable Department of Defense and agency policies, agreements, rules, regulations, and other applicable

 (ii) Are not barred from possession of a firearm by 18 U.S.C. 922; and

 (iii) Adhere to all guidance and orders issued by the USCENTCOM Commander regarding possession, use, safety, and accountability of

weapons and ammunition.

 (4) Upon revocation by the Contracting Officer of the Contractors authorization to possess weapons, the Contractor shall ensure that

all Government-furnished weapons and unexpended ammunition are returned as directed by the Contracting Officer.

 (5) Whether or not weapons are Government-furnished, all liability for the use of any weapon by Contractor personnel rests solely

with the Contractor and the Contractor employee using such weapon.

 (i) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or equipment

necessary to perform the contract in the area of performance.

 (j) Evacuation. In the event of a non-mandatory evacuation order, the Contractor shall maintain personnel on location sufficient to

meet contractual obligations unless instructed to evacuate by the Contracting Officer.

 (k) Notification and return of personal effects. (1) The Contractor shall be responsible for notification of the employee-designated

next of kin, and notification as soon as possible to the U.S. Consul responsible for the area in which the event occurred, if the

employee--

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 140

Page 141: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page154 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

(i) Dies;

 (ii) Requires evacuation due to an injury; or

 (iii) Is isolated, missing, detained, captured, or abducted.

 (2) The Contractor shall also be responsible for the return of all personal effects of deceased or missing Contractor personnel, if

appropriate, to next of kin.

 (l) Mortuary affairs. Mortuary affairs for Contractor personnel who die in the area of performance will be handled in accordance with

DoD Directive 1300.22, Mortuary Affairs Policy and DoDI 3020.41 (enclosure 2, paragraph 4.h.).

 (m) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting Officer may, at

any time, by written order identified as a change order, make changes in place of performance or Government-furnished facilities,

equipment, material, services, or site. Any change order issued in accordance with this paragraph shall be subject to the provisions of

the Changes clause of this contract.

 (n) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (n), in all subcontracts

that require subcontractor personnel to perform in the USCENTCOM AOR.

 (End of clause)

   

I-105 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT APR/2010

(a) Definitions. As used in this clause--

 "Agent" means any individual, including a director, an officer, an employee, or an independent Contractor, authorized to act on behalf

of the organization.

 "Full cooperation"--

 (1) Means disclosure to the Government of the information sufficient for law enforcement to identify the nature and extent of the

offense and the individuals responsible for the conduct. It includes providing timely and complete response to Government auditors and

investigators' request for documents and access to employees with information;

 (2) Does not foreclose any Contractor rights arising in law, the FAR, or the terms of the contract. It does not require--

 (i) A Contractor to waive its attorney-client privilege or the protections afforded by the attorney work product doctrine; or

 (ii) Any officer, director, owner, or employee of the Contractor, including a sole proprietor, to waive his or her attorney client

privilege or Fifth Amendment rights; and

 (3) Does not restrict a Contractor from--

 (i) Conducting an internal investigation; or

 (ii) Defending a proceeding or dispute arising under the contract or related to a potential or disclosed violation.

 "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a

business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).

 "Subcontract" means any contract entered into by a subcontractor to furnish supplies or services for performance of a prime contract or

a subcontract.

 "Subcontractor" means any supplier, distributor, vendor, or firm that furnished supplies or services to or for a prime contractor or

another subcontractor.

 "United States," means the 50 States, the District of Columbia, and outlying areas.

(b) Code of business ethics and conduct.

(1) Within 30 days after contract award, unless the Contracting Officer establishes a longer time period, the Contractor shall--  

(i) Have a written code of business ethics and conduct; and

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 141

Page 142: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page155 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (ii) Make a copy of the code available to each employee engaged in performance of the contract.

(2) The Contractor shall--

(i) Exercise due diligence to prevent and detect criminal conduct; and

(ii) Otherwise promote an organizational culture that encourages ethical conduct and a commitment to compliance with the law.

(3)(i) The Contractor shall timely disclose, in writing, to the agency Office of the Inspector General (OIG), with a copy to the

Contracting Officer, whenever, in connection with the award, performance, or closeout of this contract or any subcontract thereunder,

the Contractor has credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed--

 (A) A violation of Federal criminal law involving fraud, conflict of interest, bribery, or gratuity violations found in Title 18

of the United States Code; or

 (B) A violation of the civil False Claims Act (31 U.S.C. 3729-3733).

 (ii) The Government, to the extent permitted by law and regulation, will safeguard and treat information obtained pursuant to the

Contractors disclosure as confidential where the information has been marked confidential or proprietary by the company. To the extent

permitted by law and regulation, such information will not be released by the Government to the public pursuant to a Freedom of

Information Act request, 5 U.S.C. Section 552, without prior notification to the Contractor. The Government may transfer documents

provided by the Contractor to any department or agency within the Executive Branch if the information relates to matters within the

organizations jurisdiction.

 (iii) If the violation relates to an order against a Governmentwide acquisition contract, a multi-agency contract, a multiple-award

schedule contract such as the Federal Supply Schedule, or any other procurement instrument intended for use by multiple agencies, the

Contractor shall notify the OIG of the ordering agency and the IG of the agency responsible for the basic contract.

 (c) Business ethics awareness and compliance program and internal control system. This paragraph (c) does not apply if the Contractor

has represented itself as a small business concern pursuant to the award of this contract or if this contract is for the acquisition of

a commercial item as defined at FAR 2.101. The Contractor shall establish the following within 90 days after contract award, unless the

Contracting Officer establishes a longer time period:

 (1) An ongoing business ethics awareness and compliance program.

 (i) This program shall include reasonable steps to communicate periodically and in a practical manner the Contractors standards and

procedures and other aspects of the Contractors business ethics awareness and compliance program and internal control system, by

conducting effective training programs and otherwise disseminating information appropriate to an individual's respective roles and

responsibilities.

 (ii) The training conducted under this program shall be provided to the Contractors principals and employees, and as appropriate,

the Contractors agents and subcontractors.

 (2) An internal control system.

 (i) The Contractors internal control system shall--

  and

(A) Establish standards and procedures to facilitate timely discovery of improper conduct in connection with Government contracts;

 (B) Ensure corrective measures are promptly instituted and carried out.

 (ii) At a minimum, the Contractors internal control system shall provide for the following:

 (A) Assignment of responsibility at a sufficiently high level and adequate resources to ensure effectiveness of the business

ethics awareness and compliance program and internal control system.

 (B) Reasonable efforts not to include an individual as a principal, whom due diligence would have exposed as having engaged in

conduct that is in conflict with the Contractors code of business ethics and conduct.

 (C) Periodic reviews of company business practices, procedures, policies, and internal controls for compliance with the

Contractors code of business ethics and conduct and the special requirements of Government contracting, including--

(1) Monitoring and auditing to detect criminal conduct;

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 142

Page 143: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page156 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (2) Periodic evaluation of the effectiveness of the business ethics awareness and compliance program and internal control

system, especially if criminal conduct has been detected; and

 (3) Periodic assessment of the risk of criminal conduct, with appropriate steps to design, implement, or modify the business

ethics awareness and compliance program and the internal control system as necessary to reduce the risk of criminal conduct identified

through this process.

 (D) An internal reporting mechanism, such as a hotline, which allows for anonymity or confidentiality, by which employees may

report suspected instances of improper conduct, and instructions that encourage employees to make such reports.

 (E) Disciplinary action for improper conduct or for failing to take reasonable steps to prevent or detect improper conduct.

 (F) Timely disclosure, in writing, to the agency OIG, with a copy to the Contracting Officer, whenever, in connection with the

award, performance, or closeout of any Government contract performed by the Contractor or a subcontract thereunder, the Contractor has

credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed a violation of Federal criminal

law involving fraud, conflict of interest, bribery, or gratuity violations found in Title 18 U.S.C. or a violation of the civil False

Claims Act (31 U.S.C. 3729-3733).

 (1) If a violation relates to more than one Government contract, the Contractor may make the disclosure to the agency OIG and

Contracting Officer responsible for the largest dollar value contract impacted by the violation.

 (2) If the violation relates to an order against a Governmentwide acquisition contract, a multi-agency contract, a multiple-

award schedule contract such as the Federal Supply Schedule, or any other procurement instrument intended for use by multiple agencies,

the contractor shall notify the OIG of the ordering agency and the IG of the agency responsible for the basic contract, and the

respective agencies contracting officers.

 (3) The disclosure requirement for an individual contract continues until at least 3 years after final payment on the contract.

(4) The Government will safeguard such disclosures in accordance with paragraph (b)(3)(ii) of this clause.

(G) Full cooperation with any Government agencies responsible for audits, investigations, or corrective actions.

(d) Subcontracts.

(1) The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts that have a value in

excess of $5,000,000 and a performance period of more than 120 days.

 (2) In altering this clause to identify the appropriate parties, all disclosures of violation of the civil False Claims Act or of

Federal criminal law shall be directed to the agency Office of the Inspector General, with a copy to the Contracting Officer.

(End of clause)

  

I-106 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES OCT/1997

(a) The Contractor shall make the following notifications in writing:

(1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in

changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days.

 (2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have

occurred or are certain to occur as a result of a change in ownership.

 (b) The Contractor shall --

 (1) Maintain current, accurate, and complete inventory records of assets and their costs;

(2) Provide the ACO or designated representative ready access to the records upon request;

(3) Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining

useful lives are identified accurately before and after each of the Contractors ownership changes; and

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 143

Page 144: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page157 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

(4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each

Contractor ownership change.

 (c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability

requirement of FAR 15.408(k).

 (End of Clause)

     

I-107 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION JUL/2013

(a) Definitions. As used in this clause--

"Long-term contract" means a contract of more than five years in duration, including options. However, the term does not include

contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed

six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.

 "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the

field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part

121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not

exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are

primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of

business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes,

patents, license agreements, facilities, sales territory, and nature of business activity.

 (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent

its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of

the following:

 (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this

clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

 (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract

to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.

 (3) For long-term contracts

 (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

 (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

 (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation

that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size

standard corresponding to this NAICS code can be found at

http://www.sba.gov/content/table-small-business-size-standards

 (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other

than a construction or service contract, is 500 employees.

 (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this

clause by validating or updating all its representations in the Representations and Certifications section of the System for Award

Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor

shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been

validated or updated, and provide the date of the validation or update.

 (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may,

but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

 (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS

code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting

office, along with the contract number and the date on which the rerepresentation was completed:

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 144

Page 145: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page158 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

The Contractor represents that it [ X ] is, [ ] is not a small business concern under NAICS Code 334111 (small business size standard 1,000) assigned to contract number NO. W52P1J-14-D-0014. [Contractor to sign and date and insert authorized signer's name and title].

   Signature:

   Date:

   Name & Title (Printed):

 (End of clause)

     

I-108 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA JAN/1997

 (a) Hazardous material, as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard

No. 313 (including revisions adopted during the term of the contract).

 (b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The

hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or

Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract.

 Material Identification No.

(If none, insert None)

    (c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be

delivered under this contract is hazardous.

 (d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting

the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in

paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently

successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result

in the apparently successful offeror being considered nonresponsible and ineligible for award.

 (e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders

incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting

Officer and resubmit the data.

 (f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any

responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property.

 (g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes,

ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material.

 (h) The Government's rights in data furnished under this contract with respect to hazardous material are as follows:

(1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to --

(i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging, transporting, or disposing of

hazardous materials;

 (ii) Obtain medical treatment for those affected by the material; and

 (iii) Have others use, duplicate, and disclose the data for the Government for these purposes.

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 145

Page 146: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page159 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (2) To use, duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1) of this clause, in

precedence over any other clause of this contract providing for rights in data.

 (3) The Government is not precluded from using similar or identical data acquired from other sources.

(End of Clause)

   

I-109 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB/1998

 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon

request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at

this/these address:

 http://www.acq.osd.mil/dpap/dars/far.html or http://www.acq.osd.mil/dpap/dars/index.htm or

http://farsite.hill.af.mil/VFAFARa.HTM

 (End of Clause)

    

I-110 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES APR/1984

 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized

deviation is indicated by the addition of (DEVIATION) after the date of the clause.

 (b) The use in this solicitation or contract of any DoD FAR SUPPLEMENT (48 CFR 2) clause with an authorized deviation is indicated by

the addition of (DEVIATION) after the name of the regulation.

 (End of Clause)

    

I-111 252.211-7005 SUBSTITUTIONS FOR MILITARY OR FEDERAL SPECIFICATIONS AND STANDARDS NOV/2005

 (a) Definition. SPI process, as used in this clause, means a management or manufacturing process that has been accepted previously by

the Department of Defense under the Single Process Initiative (SPI) for use in lieu of a specific military or Federal specification or

standard at specific facilities. Under SPI, these processes are reviewed and accepted by a Management Council, which includes

representatives of the Contractor, the Defense Contract Management Agency, the Defense Contract Audit Agency, and the military

departments.

 (b) Offerors are encouraged to propose SPI processes in lieu of military or Federal specifications and standards cited in the

solicitation. A listing of SPI processes accepted at specific facilities is available via the Internet at

http://guidebook.dcma.mil/20/guidebook_process.htm (paragraph 4.2).

 (c) An offeror proposing to use an SPI process in lieu of military or Federal specifications or standards cited in the solicitation

shall

 (1) Identify the specific military or Federal specification or standard for which the SPI process has been accepted;

 (2) Identify each facility at which the offeror proposes to use the specific SPI process in lieu of military or Federal

specifications or standards cited in the solicitation;

 (3) Identify the contract line items, subline items, components, or elements affected by the SPI process; and

 (4) If the proposed SPI process has been accepted at the facility at which it is proposed for use, but is not yet listed at the

Internet site specified in paragraph (b) of this clause, submit documentation of Department of Defense acceptance of the SPI process.

 (d) Absent a determination that an SPI process is not acceptable for this procurement, the Contractor shall use the following SPI

processes in lieu of military or Federal specifications or standards:

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 146

Page 147: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page160 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 (Offeror insert information for each SPI process)

 SPI Process:

 Facility:

 Military or Federal Specification or Standard:

 Affected Contract Line Item Number, Subline Item Number, Component, or Element:

 (e) If a prospective offeror wishes to obtain, prior to the time specified for receipt of offers, verification that an SPI process is

an acceptable replacement for military or Federal specifications or standards required by the solicitation, the prospective offeror

 (1) May submit the information required by paragraph (d) of this clause to the Contracting Officer prior to submission of an offer;

but

 (2) Must submit the information to the Contracting Officer at least 10 working days prior to the date specified for receipt of

offers.

 (End of clause)

    

I-112 52.201-4500 AUTHORITY OF GOVERNMENT REPRESENTATIVE FEB/1993

(ACC-RI)

The Contractor is advised that contract changes, such as engineering changes, will be authorized only by the Contracting

Officer or his representative in accordance with the terms of the contract. No other Government representative, whether in the

act of technical supervision or administration, is authorized to make any commitment to the Contractor or to instruct the

Contractor to perform or terminate any work, or to incur any obligation. Project Engineers, Technical Supervisors and other

groups are not authorized to make or otherwise direct changes which in any way affect the contractual relationship of the

Government and the Contractor.

 (End of clause)

(IS7025)

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 147

Page 148: AWARD/CONTRACT DOA7...AWARD/CONTRACT 1. This ContractIs A Rated Order Under DPAS (15 CFR 700) Rating DOA7 Page Of Pages 2. Contract (Proc. Inst. Ident.) No. W52P1J-14-D-0014 3. Ef

Reference No. of Document Being Continued Page161 of 161REPRINT CONTINUATION SHEET

PIIN/SIIN W52P1J-14-D-0014 MOD/AMD

Name of Offeror or Contractor: SAVI TECHNOLOGY, INC.

 

 

SECTION J - LIST OF ATTACHMENTS   

List of Number

Addenda Title Date of Pages Transmitted By

Attachment 0001 DOD OVER AIR INTERFACE GUIDELINES (VS 4.1) 14-JUN-2013 058

Attachment 0002 DOD TRANSPONDER BARCODE LABELING GUIDELINES (VS 4.1) 14-JUN-2013 003

Attachment 0003 DOD TRANSPONDER HARDWIRE ELECTRICAL INTERFACE & DATA 14-JUN-2013 025

PROTOCOL (VS 4.1)

Attachment 0004 DESCRIPTION OF DOD ISO-18000-7 HARDWIRE REFERENCE DRIVER 14-JUN-2013 001

(VS 1.1)

Attachment 0005 DOD INTEROPERABILTIY GUIDELINES FOR THE OVER AIR INTERFACE 14-JUN-2013 044

(VS 4.1)

Attachment 0006 DOD TABLE MANAGER MODULE (TMM) DESCRIPTION (VS 4.0) 21-DEC-2012 007

Attachment 0007 ISO 18000-7 RFID DEVELOPER'S GUIDE TABLE MANAGER MODULE API 468

(VS 1.3.1)

Attachment 0008 DOD ACTIVE RFID COMMON ABSTRACTION INTERFACE DEVELOPER'S 013

GUIDE (VS 1.1)

Attachment 0009 DOD ACTIVE RFID COMMON ABSTRACTION INTERFACE JAVA DOC 09-JAN-2014 303

Attachment 0010 DOD ROUTING CODE GUIDELINES (VS 4.2) 14-JUN-2013 002

Attachment 0011 DOD TRANSPONDER BATTERY GUIDELINES (VS 4.2) 14-JUN-2013 002

Attachment 0012 DOD SENSOR INTERFACE GUIDELINES (VS 4.5) 06-JUN-2013 057

Attachment 0013 ARFID-IV SOFTWARE FUNCTIONAL REQUIREMENTS (VS 4.2) 17-JUN-2013 011

Attachment 0014 ACTIVE RFID TAG FORMAT & DATA SPECIFICATIONS JDTAV (VS 2.5) 14-MAR-2008 030

(ISO TABLES)

Attachment 0015 POST AWARD PRODUCT TESTING PROCESS (REV 1.1) 17-DEC-2013 003

Attachment 0016 RFID ITV SERVER INTERFACE DOCUMENT (VS. 5.4) 20-MAY-2013 106

Attachment 0017 ITV SERVER INTERFACE ADDENDUM MESSAGE DEFINITIONS (VS. 1) 14-JUN-2013 006

Attachment 0018 STANDARD CABLES & CONNECTORS FOR ACTIVE FIXED INTERROGATOR 14-JUN-2013 005

(VS 1)

Attachment 0019 CONTRACT DATA REQUIREMENTS LIST (CDRL) REV 1 17-APR-2014 006

Attachment 0020 ARFID SATELLITE TRANSPONDER DATA FORMAT (VS 1.4) 14-JUN-2013 025

Attachment 0021 LABOR CATEGORIES DESCRIPTIONS 003

Attachment 0022 ARFID SPECIFICATIONS & PERFORMANCE WORK STATEMENT 16-SEP-2014 082

(PWS)(VS2.1)

Attachment 0023 DD 254 - DOD CONTRACT SECURITY CLASSIFICATION 28-FEB-2014 002

 

W52P1J-14-D-0014 (conformed copy thru P00006) aRFID-IV 148