Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2004 FBO #1105
SOLICITATION NOTICE

D -- Offshore Automatic Identification System (AIS) Monitoring Capability for Gulf of Mexico

Notice Date
10/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
517212 — Cellular and Other Wireless Telecommunications
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-05-Q-AA0124
 
Response Due
11/10/2004
 
Point of Contact
Karen McElheney, Contract Specialist, Phone 757-628-4824, Fax 757-628-4134, - Wanda Cortesini, Contracting Officer, Phone 757-628-4125, Fax 757-628-4134,
 
E-Mail Address
KMcelheney@mlca.uscg.mil, wcortesini@mlca.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U. S. Coast Guard, Maintenance and Logistics Command Atlantic intends to solicit on a sole source basis under the authority of 10 USC 2304(c)(1) with PetroCom LLC, Houston, TX to provide the physical and communication infrastructure necessary for Coast Guard surveillance equipment to be placed at the offshore locations listed below, receive data at those locations and relay that information via satellite and fiber optic routes to designated Coast Guard locations. The equipment is to be installed and operational in three phases, within a three (3) mile radius of the following Outer Continental Shelf (OCS) Block Numbers: Phase 1 to be completed by 31 January 2005 includes South Pass 45, Galveston 301, High Island Block A263, and Vermillion 397. Phase 2 shall be completed by no later than 28 February 2005 includes Timbalier 148, East Cameron 71, Mobile 959, and North Padre Island 975. Phase 3 shall be completed no later than 31 March 2005 includes Brazos A105, Eugene Island A206, Main Pass 163, North Padre Island A10 (tentative location). The Contractor shall continuously transmit via a combination of satellite and T-1 terrestrial communication systems all data received offshore to designated Coast Guard locations and provide Satellite C-Band width for each offshore site with a reliability standard for transmission equal to or greater than 99.9%. The scope of work shall consist of the training, testing, installation, communication relay service, and maintenance/repair of Government Furnished Equipment (GFE). Government Furnished Equipment includes Automatic Identification System (AIS) base stations (multiple manufacturers), Scout MKII Radar, Specific Emitter Identification (SEI) equipment, antennas, and coaxial cable. The Coast Guard will provide FCC authorization to operate AIS equipment. The Contractor shall provide all equipment necessary to: install GFE, connect data output from GFE to offshore C-Band Satellite communications system, receive GFE data received from C-Band satellite at a shore side gateway, provide T-1 terrestrial backhaul circuit to transmit GFE data from shore side gateway to designated Coast Guard locations, and facilitate receipt of data in usable form at designated Coast Guard locations. The Contractor shall provide for receipt and secure warehouse storage of GFE associated with this contract. All antennas must be mounted on offshore communications towers in accordance with TIA/EIA-222F (Structural Standards for Steel Antenna Towers and Antenna Supporting Structures). The radiation centerline for those antennas shall be as high as possible on the towers but in no case lower than 110’ above ground level (AGL). Antennas must be placed so as to avoid or minimize interference from platform hardware and other communication systems (e.g., microwave, cellular, VHF, television). AIS base stations must be placed securely on electronic racks that meet manufacturer requirements in a climate controlled, electronic space that is environmentally protected. Radars and Specific Emitter Identification (SEI) equipment must be mounted in accordance with manufacturer requirements, must not exceed the structural constraints of tower, and should be positioned so as to minimize interference with other communication antennas and platform hardware. All processing and display equipment must be securely installed in a climate controlled, electronic space that is environmentally protected. All GFE must be connected to a UPS as a source for back up power. The UPS must be capable of providing power to the equipment for a minimum of six (6) hours following a platform power outage. The contractor shall also provide transportation to and from the platforms to allow the COTR to visually inspect selected offshore locations for placement of GFE to identify optimum locations for mounting on the communication towers. The contractor shall also be required to provide transportation to and from the platforms when casualty repair and/or maintenance inspections are required. The Contractor shall be required to respond within 24 hours of receiving notice from the Government that repair or maintenance work on GFE is necessary with a quote for repair or maintenance and identification of a licensed technician who can access the platform and affect repairs. Upon completion of the contract, all GFE shall be removed from offshore locations and returned to the Coast Guard. Optional requirements include: the potential to have additional GFE placed, installed, maintained/repaired and operated at other offshore locations in a manner consistent with the above requirements and placement of additional GFE at already established sites where feasible. Service shall be required for a period not to exceed three (3) years from date of award. The applicable NAICS Code is 517212. The approximate issue date of the solicitation is 10 November 2004 with an approximate response date of 12 November 2004. The anticipated award date is 15 November 2004. Written and electronic procedures will be used for this solicitation. This notice of intent is not a request for competitive proposals. However, all interested sources will be considered if they adequately demonstrate the ability to meet the Government’s minimum requirements. Sufficient documentation must be submitted to the Contracting Officer no later than 2:00pm ET on 10 November 2004. The Contracting Officer will make a determination whether the interested party has adequately demonstrated their ability to fulfill the requirement. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-DEC-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/FCPMLCA/HSCG84-05-Q-AA0124/listing.html)
 
Place of Performance
Address: Contractor's Shoreside Facility and various offshore platforms
 
Record
SN00716915-F 20041205/041203213554 (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.