Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2002 FBO #0215
SOLICITATION NOTICE

59 -- 59 Electrical and Electronic Equipment Components

Notice Date
7/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCG23-02-R-TED056
 
Response Due
7/12/2002
 
Archive Date
7/27/2002
 
Point of Contact
Connie Mease, Contract Specialist, Phone (202) 267-2502, Fax (202) 267-4025, - Brenda Peterson, Contracting Officer, Phone (202) 267-6906, Fax (202) 267-4019,
 
E-Mail Address
cmease@comdt.uscg.mil, bpeterson@comdt.uscg.mil
 
Description
The U. S. Coast Guard (USCG) has a requirement to replace AN/SPS-69, Global Positioning System (GPS) units, and Depth Sounder units with a Commercial Off The Shelf (COTS) Scalable Integrated Navigation System (SINS). Units must be available on the open market for a period of three years minimum after initial purchase. Upgrades to the base system will be backward compatible to ensure SINS operation. The contractor shall provide all necessary management, supervision, personnel, labor, materials and equipment required to replace the AN/SPS-69, Global Positioning System (GPS) units, and Depth Sounder Units. Units will be supportable for a minimum period of three years after initial purchase and carry a one year manufacturers warranty with an option for an additional three year warrant to begin upon completion of equipment installation. The SINS units shall meet specific specification requirements that will be included in the solicitation. The government anticipates awarding an Indefinite Delivery/Indefinite Quantity type contract with a base period of one year and four one year option periods. The minimum quantity for the base year is 30 units and the maximum quantity for the base year is 132 units. The minimum quantity for each option year will be 1 unit and the maximum quantity for each option year will be 140 units. The NAICS code is 334511 and the Small Business size standard is 750 employees. It is anticipated that the Request for Proposal (RFP) will be issued on or about July 12, 2002 with proposals due five (5) days after issuance of the RFP. To obtain solicitation, interested businesses may download the RFP at http://www.fedbizopps.gov. The primary point of contact for the RFP may be reached at e-mail address cmease@comdt.uscg.mil and the alternate may be reached at bpeterson@comdt.uscg.mil. For Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short-Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
 
Record
SN00110671-W 20020705/020704052315 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.