Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2002 FBO #0202
MODIFICATION

16 -- ROTOTUNER SYSTEM UPGRADE

Notice Date
6/20/2002
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-02-Q-S00058
 
Response Due
7/1/2002
 
Archive Date
7/16/2002
 
Point of Contact
Sherri Roche, H60J Contract Specialist, Phone 252-335-6791, Fax 252-335-6790,
 
E-Mail Address
SRoche@arsc.uscg.mil
 
Description
The Coast Guard intends to negotiate with the Original Equipment Manufacturer (OEM), Helitune International. The Coast Guard does not own, nor can it provide drawings, specifications, or piece parts. The Coast Guard is soliciting a proposal to encompass a complete upgrade to 68 Rotortuner Dash 5's, manufactured by Helitune Ltd. The primary upgrade requirement is to revitalize the current RT-5 suite with internal and external hardware, while maintaining the existing user interface and software configuration. This upgrade shall include the following enhancements: Improve the reliability of 24-Hour Line Scan Camera. Reduce FFT processing time. Minimize Training Impact. Minimize current maintenance procedure changes. Provide a database to support old and new Helitune vibration data. All software used to operate and support the RT-5 shall be Windows compatible, i.e. 95, 98, NT, ME, XP. The upgrade requirements are specifically geared towards minimizing the impact on training and maintenance procedures already in place. The contractor must perform/provide the following system upgrades and deliverables to perform such upgrades. 68 each, RT-5 Stage 3 Upgrade, 68 each RT-5 Inspections, Standard Ground Station Upgrade, Phase 1, Standard Ground Station Upgrade, Phase 2, Portable Ground Station Upgrade, Phase 1, Portable ground Station Upgrade, Phase 2, 1 Set, Historic Data Base Change Over, 30 each, Ground Station Interface Sets, The following deliverables are to be provided: 68 each, P/N 5452 Cable line Scan Camera, 68 each, P/N 5380, Cable, DMU-J-Box, 68 each, P/N 5390, Cable 28 VDC, 31 each, Cable, OPU 40ft, , P/N 386002-40, 57 each, Cable, OPU 30 ft., P/N 386002-30, 52 each, Cable OPU 12 ft, P/N 386002-12, 78 each, Cable, MPU 12 ft, P/N 342001-12, 31 each, Cable, Accelerometer 40 ft, P/N 332001-40, 57 each, Cable, Accelerometer 40 ft, P/N 332001-30, 52 each, Cable, Accelerometer 40 ft, P/N 332001-15, 464 each, Cable, Accelerometer 40 ft, P/N 332001-12, 2 each, Lens Line Camera, P/N 6084, 5 each, OPU, P/N 386001, 5 each, MPU, P/N 341001, 3 each, Junction Box, P/N 5208, 3 each, AC Adapter, P/N 5205, 20 each, Electronic Cable Tester, P/N CT320, 28 each , OPU Tester, P/N OPUT01, 10 each, MPU Direct Readout Units, P/N 4RIR-1, 7 each, Accelerometer, H306HTB, P/N 331060, 20 each, Charge Amplifier, H306, P/N 331062, 80 each, Cable, High Temperature Accel, This is a combined solicitation/ synopsis. There is no formal solicitation document. Closing date and time for receipt of offers is June 24, 2002, 3:00 p.m. Eastern Standard Time. Facsimile offers are acceptable and may be forwarded via Fax to: (252) 335-6790. Offers may be submitted on company letterhead stationery indicating nomenclature, part number, unit price, and extended price for the items offered; plus the FOB point, any discounts for prompt payment and business size standards and any minority classification. A Company representative authorized to commit the company must sign this offer. 52.212-3 Offeror Representation and Certification is available upon request and must be provided with vendor?s proposal. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: 52.212-1 Instructions to Offerors _ Commercial Items (Oct 2000); 52.212-2 Evaluation _ Commercial Items (Jan 1999), award will be made utilizing the following factors, in descending order of importance, capability of the item to meet the Government?s requirement, price, and past performance. 52.212-3 Offeror Representations and Certifications - Commercial Items (Apr 2001) Alternate I (Oct 2000) Alternate III (Oct 2000). Offerors shall include a copy of this provision with their offer. 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2002) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Dec 2001) (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: [Contracting Officer must check as appropriate.] _x_ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). See Numbered Note 12 and 22. Attention: Minority, Women-owned, and Disadvantage Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot/gov.
 
Place of Performance
Address: AIRCRAFT REPAIR AND SUPPLY CENTER, ELIZABETH CITY, NC
Zip Code: 27909
Country: USA
 
Record
SN00096771-W 20020622/020620213704 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.