Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2003 FBO #0491
SOLICITATION NOTICE

59 -- Data Interface Unit

Notice Date
4/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, 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
DTCG23-03-R-TVT009
 
Archive Date
5/3/2003
 
Point of Contact
Tiffany Thompson, Contract Specialist, Phone (202) 267-1849, Fax (202) 267-4019, - Brenda Peterson, Contracting Officer, Phone (202) 267-6906, Fax (202) 267-4019,
 
E-Mail Address
tthompson@comdt.uscg.mil, bpeterson@comdt.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This requirement will be satisfied using commercial acquisition procedures specified in FAR Part 12. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number DTCG23-03-R-TVT009 is being assigned to this procurement for tracking proposes only and this synopsis/solicitation is being issued as a Request for Quotation (RFQ). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 01-13. NAICS code 3345113669; Small business size standard in number of employees is 750. This RFQ is issued under Full and Open Competition and is unrestricted. This contract will be award as an Indefinite-Delivery/Indefinite-Quantity (ID/IQ), for one year plus two option years. The minimum order quantity is one (1) each of the Data Interface Unit and the maximum order quantity is one hundred (100) each for the base year and all options (if exercised). This requirement is seeking to replace the North Stabilization Kit (NSK) NCT-27 units manufactured by Japan Radio Company (JRC), that are currently installed on the Coast Guard WHEC-378 and WMEC-210 class of cutters, with a new Data Interface Unit. The Data Interface Unit will also be installed on the WPB-110 class of cutters. The contractor shall provide: CLIN0001: One (1) each of the Data Interface Unit. CLIN0001A: Additional Data Interface Units as ordered by the CG. CLIN0002: Equipment User (Operator) Manuals for each Data Interface Unit ordered. CLIN0003: Equipment Maintenance Manuals for each Data Interface Unit ordered (*note: may be combined with the User Manual). The contractor shall meet the following requirements for the Data Interface Unit: (a) The unit shall be capable of interfacing with the Gyro Compasses; 1X and 36X synchro gyro outputs, and Speed Sensors; 200 Pulses Per Nautical Mile, currently installed on the WHEC-378 and WMEC-210. (b) The unit shall be capable of interfacing with the Gyro Compasses; 1X and 36X synchro gyro outputs, and Speed Sensors; 200 Pulses per Nautical Mile, for new installation on the WPB-110. (c) The unit shall have an output of NMEA 0183 VHW and NMEA 0183-HS (High Speed) VHW sentence format that is self aligning and capable of a null output with loss of a signal. (d) The unit shall be switchable between RS-232 and RS-422 output, and the switch shall be internal. (e) The unit shall be switchable between NMEA 0183 and NMEA 0183-HS, and the switch shall be internal. (f) The unit shall be bulkhead mountable, being no larger than: 230mm in width, 320mm in length and 105mm in depth. (g) The unit shall allow easy access for technicians to perform maintenance and troubleshooting. (h) The unit cable connections shall be compatible to the present cable connections of the NCT-27 unit on the WHEC-378 and WMEC-210. (i) The unit cable connections shall be compatible to the present cable connections of the NCT-27 unit for new installation on the WPB-110. (j) The front panel of the unit shall have, at a minimum, the following features: (i) Readout to enable monitoring of heading, speed, and error signals. (ii) On/Off switch with Bump Guard. (k) The unit control software shall be imbedded (PROM). Hard disk software storage is not acceptable. (l) The unit shall be capable of using Shipboard 120 Volt AC, 60 Hz Power. (m) The unit shall, at a minimum, have a one-year manufacturer?s warranty. Any warranty provision shall commence upon completion of equipment installation by CG technicians. Delivery of one Data Interface Unit shall be 30 days after date of award. Estimated delivery schedule for the first year if additional Data Interface Units are ordered: June 2003; six each, July 2003; six each, August 2003; six each, September 2003; eight each, October 2003; eight each, November 2003; eight each, December 2003; eight each, January 2004; eight each, February 2004; four each, March 2004; three each. Delivery addresses are as follows: USCG C2CEN, 4000 Coast Guard Boulevard, Portsmouth, VA 23703-2199 and Commanding Officer (031), USCG Engineering Logistics Center, 6751 Alexander Bell Drive, Columbia, MD 21046. FOB will be destination. The following FAR provisions and clause apply: FAR 52.212-1 Instructions to Offerors?Commercial Items (OCT 2000); FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) (a) The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability, offerors shall submit the following information for technical evaluation separately from their quotation: (1) block diagrams, (2) schematics, (3) test reports of NMEA 1083 VHW, (4) product literature, and (5); (ii) past performance; (iii) price related factors; (iv) and the ability to meet anticipated performance. All factors are of equal importance. Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JULY 2002) with their quotation. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2002) (a); (b)(1), (5), (6), (11), (12), (13), (14), (15), (16), (18), (21), (24); (d); and (e). Offers are to be submitted to: United States Coast Guard (USCG), Commandant (G-ACS-5B), Attn: Tiffany H. Thompson, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Washington, DC 20593-0001 on or before April 11, 2003, 2 p.m. (Eastern Standard Time). Interested parties contact Ms. Thompson for a complete Statement of Specifications for this procurement at tthompson@comdt.uscg.mil For other information regarding this synopsis/solicitation, please contact Ms. Tiffany H. Thompson at 202-267-1589!!
 
Record
SN00294340-W 20030405/030403213031 (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.