Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
SOLICITATION NOTICE

23 -- COMPACT AND LIGHTWEIGHT SYSTEMS CAPABLE OF UNDERWATER REMOTE OPERATIONS

Notice Date
8/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
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
HSCG-23-04-F-DDX166
 
Response Due
8/31/2004
 
Archive Date
10/15/2004
 
Point of Contact
Jennifer Peterson, Contracting Officer, Phone 202-267-2523, Fax 202267-4019, - Nina Douglas, Contract Specialist, Phone 202-267-6927, Fax 202-267-4019,
 
E-Mail Address
jpeterson@comdt.uscg.mil, ndouglas@comdt.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This requirement is set-aside for small business concerns, under NAIC code 423610-size standard of 500 employees. The United States Coast Guard (USCG) has a need to conduct underwater inspection of piers, wharfs, docks, etc. for explosives of other parasitic attachments. The contractor is required to furnish a compact and lightweight system capable of underwater remote operations and capable of underwater imaging for inspection purposes. The primary intended use of these vehicles is to assist USCG security personnel in the accomplishment of typical missions. The projected operating environment includes harsh maritime conditions as well as operating from many different types of vessel and shore structures. The system must be easily transportable and deployed by a two-person team. Five vehicles are required. The system must be useable by already existing USCG Personnel with no technical background and on already existing platforms with no structural modifications and shall be two-person portable. The system power requirements will be such that power reasonably expected on most U.S. Coast Guard platforms, to include small boats, will be sufficient to power the system. The system shall be ergonomically designed to allow for a minimum of 8 hours continuous operation and shall be commercial overnight shipping compatible. The display and operations must be intuitive so as not to require significant additional technical training and the system must be environmentally protected (waterproof and shock resistant). The system shall have an open architecture to support modular sensor exchanges; must be usable in reasonably expected environmental conditions to support expected USCG missions; shall be capable of station keeping in opposing currents of 2 knots minimum; shall be expandable to include an integrated vehicle tracking system; shall be able to capture images in no natural light conditions; shall be capable of operating the vehicle underwater at a depth of 300ft; shall employ an optimal tether design; and shall be able to record images and video. The system must be sustainable. The system components shall be modular, as far as practicable, to afford easy and affordable component replacement by non-technical security personnel. The contractor shall provide twenty (20) hours of initial operational training with delivery of each system at user site for up to six personnel. The contractor provided training shall include hard copy and electronic training material for follow-on training. The system shall be operable and field maintainable with no more than 20 hours of training. The contractor shall include a long term maintenance plan to include a two year warranty and offer the option of purchasing yearly maintenance plans thereafter. Please include applicable terms and conditions of the warranties included in your offer. The contractor shall provide any special tools required. The system must be readily available. The first three systems shall be available for delivery within ninety days after contract award, with subsequent systems available for delivery within six months after contract award. The contractor shall deliver the items in accordance with the above applicable terms and conditions. The contractor shall contact unit listed POCs to coordinate delivery and training. Delivery and acceptance will be FOB Destination. The delivery locations (1 per location) are as follows: Commanding Officer, USCG Maritime Safety & Security Team 91105, Coast Guard Island, Alameda, CA 94501, (501) 437-2784, POC ? LT Martin Miller; Commanding Officer, USCG Maritime Safety & Security Team 91106, 120 New York Avenue, Staten Island, NY, 10305, (718) 354-2202, POC LT Christopher Boes; Commanding Officer, USCG Maritime Safety & Security Team 91107, USCG INTSUPCOM Honolulu, 400 Sand Island Parkway, Honolulu, HI 96819, (904) 232-2640, POC LT Darren Melandson; Commanding Officer, USCG Maritime Safety & Security Team 91114, 29050 Coral Sea Boulevard, Homestead, FL 33039, (310) 732-7248, POC LT Carlos Mercado; Commanding Officer, USCG Maritime Safety & Security Team 91111, 2000 Anchorage, AK 99501, (409) 723-6509, POC LT John Annonenn. The solicitation number for this Request for Proposal is HSCG23-04-R-DDX166. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 04-24, dated 19 July 2004. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation ? Commercial Items, applies to this acquisition. The fill-in for paragraph (a) of the provision is as follows: (i) technical capability; (ii) warranty; (iii) price; and (iv) past performance. Considering all factors, technical capability is more important than warranty, but technical capability and warranty are the most important factors, even when price and past performance are combined. The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. Offerors shall include a completed copy of the provision at 52.213-3, Offeror Representations and Certifications ? Commercial Items, with their proposal. The clause 52.215-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders- Commercial Items applies, to include: 52.203-6, Alternate 1; 52-222-21; 52.204-6; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; and 52.232-33, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child labor ? Cooperation with Authorities and Remedies; 52.225-13, restriction on Certain foreign Purchases; and 52.232-33, Payment by electronic Funds Transfer ? Central Contractor Registration. This acquisition is not rated under the Defense Priorities and Allocations System (DPAS). The deadline for submission of offers is not later than 3 pm, 31 August 2004, Offerors are encouraged to submit your offer electronically to jpeterson@comdt.uscg.mil. Any questions regarding this acquisition should be directed to Ms. Jennie Peterson at jpeterson@comdt.uscg.mil or (202) 267-2523. !! *****
 
Place of Performance
Address: To Be Determined
 
Record
SN00645051-W 20040819/040817211552 (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.