Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOLICITATION NOTICE

58 -- Digital Selective Calling System

Notice Date
6/21/2002
 
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-TBX019
 
Response Due
7/5/2002
 
Point of Contact
Linda Mullen, Contract Specialist, Phone (202) 267-1512, Fax (202) 267-4019, - Brenda Peterson, Contracting Officer, Phone (202) 267-6906, Fax (202) 267-4019,
 
E-Mail Address
lmullen@comdt.uscg.mil, bpeterson@comdt.uscg.mil
 
Description
The U.S. Coast Guard (USCG) has a requirement for a Commercial-off-the-Shelf (COTS) Digital Selective Calling (DSC) System to replace their present DSC Systems. The contractor shall provide all necessary management, supervision, personnel, labor, materials and equipment required to replace the DSC Systems. There are two Phases to this requirement. Phase I includes, but is not limited to the following: Installation of a COTS DSC system at 37 USCG Medium Frequency (MF) and Medium/High Frequency (MF/HF) shore DSC sites. The installed systems shall meet the requirements of USCG Specification for MF and MF/HF Shore side DSC, Phase I. Phase II is an optional contract line item and includes, but is not limited to the following: Installation of a modified COTS DSC system at 37 USCG MF and MF/HF shore DSC sites and USCG Rescue Coordination Centers (RCCs). The modified system shall meet the requirements of the USCG Specification for MF and MF/HF Shore side DSC, Phase II. The requirement also includes additional optional contract line items for Phase I and/or Phase II, i.e., full self test capability, dedicated MF transmit capability, remote control of MF DSC system, system support, training system, test bed system, spares, depot spares, depot level maintenance training, printers, and communications range analysis. The government anticipates awarding a firm-fixed price contract with cost reimbursable items. The North American Industry Classification System (NAICS) code is 513390 and the small business size standard is $12.5M. The anticipated release date of the Request for Proposal (RFP) DTCG23-02-R-TBX019 is on or about July 9, 2002. A site visit is planned for July 23, 2002, at 9:00 a.m., at the USCG Communications Area Master Station-Atlantic (CAMSLANT), located at 4720 Douglas A Munro Road, Chesapeake, Virginia 23322-4303. Interested parties for the site visit shall notify Linda Mullen at the email address below, at least one (1) week in advance to provide company and personnel names for attendance. Please note that there should be no more than 3 individuals per company. It is suggested that you arrive at the site visit one hour in advance for security reasons. Information on directions, airports and lodging will be provided with the solicitation. Proposals shall be due on or about August 6, 2002. All interested parties are to request a copy of the RFP, in writing (email is preferred), to Linda Mullen at lmullen@comdt.uscg.mil or mailed to Commandant (G-ACS-5B/LM), U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room 5222, Washington, DC 20593-0001, Attention: Linda Mullen. The complete Statement of Work and Specifications for Phase I and Phase II will be included in the RFP. Questions on this requirement shall be submitted, in writing (email is preferred), to Linda Mullen at lmullen@comdt.uscg.mil by July 15, 2002. This notice is for informational purposes 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.***** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 20-NOV-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/USCG/GACS/DTCG23-02-R-TBX019/listing.html)
 
Place of Performance
Address: Various locations
 
Record
SN00208650-F 20021122/021120215902 (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.