Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
MODIFICATION

20 -- Radar Vessel Traffic Systems, Installation and training- Iraq

Notice Date
9/1/2004
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Project and Contracting Office, Project and Contracting Office, Iraq, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS04Q9014
 
Response Due
9/7/2004
 
Archive Date
9/22/2004
 
Point of Contact
Kathy Lauden, Contracting Officer, Phone 703-343-9222, Fax null,
 
E-Mail Address
kathy.lauden@cpa-iq.org
 
Description
Additional information is provided below for this solicitation(questions and answers). Please provide proposals electronically to kathy.lauden@cpa-iq.org no later than 1200 hrs (local Baghdad time) on 7 September 2004.. Questions and Answers W914NS-04-Q-9014, Radar Vessel Tracking System 1. Are the two systems fixed or mobile? fixed 2. If fixed sites, who supplies the tower/mast? Will the site work (masonry, concrete, roads, etc.) be completed by Gov't or Contractor? Contractor. Mast must be part of the unit. 3. Will the two VTS be stand alone systems or integrated together? If integrated, is there a dedicated communication link between sites? If yes, What type and describe interface. Stand alone 4. Will the VTS data be displayed at the site; integrated into an existing C2 center; or will the contractor supply the C2 center and architecture? Displayed at site 5. What human/computer requirements are needed? Is cooling provided for equipment and Command Center? If not, will that be supplied by Gov't or Contractor. Contractor 6. What type of tracking capabilities and accuracies? IAW what size vessels at what speeds? The system will be used to detect maritime contacts within the maximum range of the radar system, determine contact’s position, track the contact both automatic and manual, and provide intercept information. 7. Will electrical power be provided locally by Gov't? If yes, at what specifications (Volt, Amp, )? Yes 8. Are generators [for prime or backup power] required? Are they provided by Gov't or contractor? If Gov't, please provide specifications. contractor 9. What are the environmental conditions at the sites? Hot and dry 10. Who will install the equipment? If contractor to install at fixed sites, will the sites be prepared prior to delivery? Contractor 11. Where will training be performed? At site? Will Gov't guarantee availability of operators for training. At site 12. Personnel Transportation from US to Iraq will be charged to program costs, but who is responsible for accommodations, security and other matters. contractor 13. Where is equipment sell-off and acceptance? Who will be signing acceptance document? At Destination, USG Rep 14. Is this procurement Firm Fixed Price, Cost Reimbursable or T&M? Please provide a draft contract. FFP 15. Please prioritize the key performance requirements. 16. What is budget for Equipment, Installation and Training? Gov’t only info 17. Are the systems intended for military, commercial or dual use? Dual use 18. Is the requirement for radars only or complete Vessel Traffic Separation (VTS) systems based on two radars each? Vessel Traffic Control and intercept, see #7 19. We are a US company, however, the equipment is assembled in Russia. Are there any restrictions associated with the equipment origin and what is the visa process to get Russian technicians and instructors to Iraq? The article must be manufactured in the United States; and the cost of domestic components must exceed 50 percent of the cost of all the components. 20. Is the system to be a stand alone system with relatively simple vessel tracking capability. If this is the case the supply would consist of an ARPA radar with tracking capabilities. See answer to 7 21. Is the system to be used with facilities to plot the position of vessels on nautical charts. In this case an AGIS system would be required which would require a separate monitor and connection with the main radar. This would display the information on an electronic chart. Yes 22. Will an Automatic Ship Identification System (AIS) be required - this will allow vessels fitted with similar equipment to be identified by name on the radar screen. This is envisaged as a very useful tool in port control, vessel tracking situations. If affordable. 23. Is there an existing building where the display screen will be situated. If not is the vendor expected to construct such a building. A vendor delivered structure, whether trailer, temp building, etc will suffice. 24. Is the mast currently existing or will the vendor be expected to fabricate and erect the same. If this is the case will the mast be self standing or will it be fitted to an existing building. Vendor provides free standing mast. 25. Do we need to provide the buildings and towers? yes 26. Do we need to provide the civil works? If required. 27. Does the client have trained electricians? no 28. Are the two radars sites manned and secured? yes 29. Is there going to be one single command and control center? Not necessarily. Both need to be capable of independent operations 30. Is it the plan that the two radars feed to the single C2 center? See 31with capability to feed a single center 31. Where is the C2 center located? Unknown at this time. 32. Will the customer allow a site survey to be carried out before final offer? Possibly. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/CPAIRAQ/APOAE/W914NS04Q9014/listing.html)
 
Place of Performance
Address: Umm Qasr, Iraq (38R845245) and Al Faw, Iraq (38R660130)
Zip Code: 09316
Country: Iraq
 
Record
SN00663898-F 20040903/040901214230 (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.