Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOLICITATION NOTICE

D -- RFP for long-range tracking and identification of vessels at sea

Notice Date
8/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Operations Systems Center, 600 Coast Guard Drive, Kearneysville, WV, 25430
 
ZIP Code
25430
 
Solicitation Number
24-03-G33TWV987
 
Response Due
8/15/2003
 
Archive Date
8/30/2003
 
Point of Contact
Dan Klink, Chief of the Contracting Office, Phone (304) 264-2567, Fax (304) 262-5997,
 
E-Mail Address
dklink@osc.uscg.mil
 
Description
DRAFT Overview The United States Coast Guard (USCG) Operations Systems Center (OSC) has determined that tracking ship positions worldwide via automatic position reports (APRs) for the purpose of supporting search and rescue (SAR) is viable and cost effective. This method of vessel tracking and identification provides the current date/time, position, speed and heading from suitably equipped vessel(s), including those that carry Inmarsat C/GPS equipment. It is initiated automatically and is error free due to the reduced need for human intervention. Other types of shipboard equipment may be capable of generating acceptable APRs as well. Data received at the OSC will be entered into the Automated Mutual Assistance Vessel Rescue (AMVER) system. AMVER is a ship reporting system used since 1958 to support recognized SAR authorities worldwide by identifying ships in the vicinity of a distress situation at sea that might be able to assist. 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Proposal (RFP) #24-03-G33TWV987 is assigned and shall be referenced on any proposal response. All incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14 dated May 22, 2003. This is a full and open competition under NAICS code 513340. This request is to solicit proposals from commercial companies who conduct long-range tracking and identification of vessels at sea. The tracking service is expected to begin approximately January 1, 2004 under Contract Line Item (CLIN) 1, and extend through September 30, 2004, subject to availability of funds. This contract will also include four (4) 12-month option periods. Each option year is contingent upon the availability of funds. The Option Years are under CLIN?s 2, 3, 4, and 5. To be eligible for award, companies must comply with the following mandatory requirements. 1) Automatic Position Reports (APRs) via email to amvermsg@amver.com <mailto:amvermsg@amver.com>. 2) Email that is in plain text with no attachments, APRs must be part of the body of each e-mail. 3) A minimum of one APR per vessel, per day (for each 24-hour period). 4) APRs must be in International Maritime Organization (IMO) standard reporting format. (IMO standard reporting format is available from IMO or the Contacting Officer) 5) E-mail information must include vessel identification, course/heading, speed, latitude and longitude with a Date-Time-Group (DTG) at that latitude/longitude. 6) Vessel identification must be by IMO number (Lloyds number preferred) or by vessel call sign. 7) The process must have the ability to relay all types of Amver message formats. 8) For ships that opt to submit Sail Plans to companies that provide communications services such as polling, the company must use the standard Amver formats and a sail plan must be provided for each participating vessel and forwarded to OSC upon vessels? departure/participation. 9) A full service (24 hrs a day, 7 days a week) polling representative will be available to provide adhoc real-time vessel coverage in a specific area, provide Help Desk type support to include trouble shooting if needed and as a general point of contact as needed for after hours support. 10) Position reporting will occur in all ocean areas. 11) The U.S. Coast Guard will incur no additional costs for hardware or software utilized in this method of vessel reporting. Solicitation provision at FAR 52.212-1, Instruction to Offerors?Commercial Items is hereby incorporated by reference. Offerors responding to this solicitation shall submit the following information to the Contracting Officer: This information should be limited to 10 standard 8 X 11 pages. 1) A technical proposal with a narrative of the offeror?s understanding of the requirement and their capability to perform the services stated above. 2) A statement of complete compliance with all mandatory technical requirements. 3) Specific information on individual processes and procedures used to obtain data from ship to commercial provider. 4) A proposed testing schedule and suggested period of performance for polling test. The purpose of the testing is to verify that all necessary information is provided, and that the information can be automatically inserted into the Amver database. 5) The length of time this service has been commercially available, and yearly market volume. 6) 3 customer reference contacts. References should include contact name, address, and phone number, e-mail, and other relevant information. 7) Separate price proposal showing the prices for the above listed CLIN 1, CLIN 2, CLIN 3, CLIN 4 and CLIN 5. The following factors shall be used to evaluate offers: 1) The Contractor?s understanding of the requirements and ability of the Contractor to provide the required services meeting the technical requirements stated herein. 2) Testing 3) Past Performance 4) Ease of use to shipping company 5) Extent of help desk support 6) Effectiveness of automation of product when inputting data into Amver database 7) Price These factors as stated are listed in their descending order of importance. Offeror?s are cautioned that failure to address each of the above technical factors may deem their proposal unacceptable. FAR provision 52.212-2, Evaluation of Commercial Items applies to this acquisition. The Government will award a firm-fixed unit price estimated quantity contract resulting from this RFP to the responsible offeror/offerors whose offer(s) conforming to the RFP will be most advantageous to the Government. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items Proposals must also include prompt payment terms and correct remittance address if different from mailing address. Full text of all FAR clauses and provisions are available electronically at the following Internet Address (http://www.acqnet.gov). The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, including subparagraphs (b)(3, 6, 7, 8, and 9) applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.225-1, Buy American Act?Supplies (41 U.S.C. 10A-10D); 52.232-33, Payment By Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332). There are no FBO numbered notes that apply to this procurement. Proposals are due at the USCG Operations Systems Center, ATTN: Kathy P. Klein, Contracting Officer, 408 Coast Guard Drive, Kearneysville, WV 25430 on August 18, 2003 by 4 p.m., Eastern Daylight Time. Proposals may be E-mailed to the Contracting Officer by the stipulated date and time (Kklein@osc.uscg.mil). Oral proposals will not be accepted. Questions must be submitted in writing to the Contracting Officer at the Email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is 4 p.m., Eastern Daylight Time, on August 8, 2003. Questions and Proposals may also be faxed to (304) 262-5997, Contact Kathy Klein, Telephone (304) 264-2566. Timely receipt and verification thereof is the sole responsibility of the offeror.
 
Place of Performance
Address: United States Coast Guard, Operations Systems Center, 408 Coast Guard Drive, Kearneysville, WV
Zip Code: 25430
Country: USA
 
Record
SN00389453-W 20030803/030801213105 (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.