Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
SOLICITATION NOTICE

66 -- All in One Direction Finding System

Notice Date
5/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (C2EC), USCG Command and Control Engineering Center 4000 Coast Guard Boulevard, Portsmouth, VA, 23703-2199
 
ZIP Code
23703-2199
 
Solicitation Number
Reference-Number-HSCG44-05-NAV036
 
Response Due
6/17/2005
 
Archive Date
7/2/2005
 
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. The announcement constitutes the ONLY solicitation; Proposals are being requested and a written solicication will NOT be issued. The solicitation is issued as a Request for Quote (RFQ) number HSCG4405NAV036. Solicitation documents and incorporated provisions and clasuses are those in effect through Federal Acquisition Circular 2005-03. This acquisition is 100% set-aside for small business. The North American Industry Classification System (NAICS) is 517910; size standard 500 employees. The items are to be delivered to US Coast Guard, Command and Control Engineering Center, Portsmouth, VA 23703. The item is as follows, quantity (2) each: All Prices are to be FOB DESTINATION: Specifications for the ?Standardized Automatic Direction Finding System? The Coast Guard is seeking to standardize the Automatic Direction Finding (ADF) system on Medium Endurance Cutters (WMEC) with a Commercial Off the Shelf (COTS), ?All in One? ADF system. The system shall direction find Medium, High, Very-High, Ultra-High, and Super High radio frequencies (MF/HF/VHF/UHF/SHF). The system shall consist of a single receiver and a single antenna. Components shall be available on the open market for a minimum period of three years after initial purchase. Upgrades to the system shall be backwards compatible. Key Selection Factors a)Locate a State-Of-The-Art (today?s Technology) capable system manufacturer. b)Ensure the vendor has the expertise required to provide a replacement system that meets or exceeds current ADF system(s) specifications. These parameters include frequency spectrum, sensitivity, selectivity, and overall weight and power requirements. c)Maintain the replacement system cost within a reasonable margin of the current total cost of the existing three (3) ADF systems presently in use, which include the KODEN KDF-580, KDF-538, and the KDF-581. The ?ALL in One? ADF system particulars: a)The system should be PC controlled (Lap-Top computer or Desk-top) which includes the various functions of: 1. Receiver control 2. Antenna control 3. DF display control 4. System control and Data interface for the external computer system per the RS-232 standard. b)The system should be modular in design to enhance system maintenance and upgrade capability. c)The antenna system shall not exceed forty (40) pounds in weight and shall be survivable in the marine environment. This environment pertains to operating in both arctic and tropical as well as temperate climates (with regard to temperature, humidity, etc.). Additionally, the antenna shall operate properly when mounted atop a cutter mast of up to 150 Feet above sea level. d)The receiver system shall cover a frequency range of 2 Mhz thru 2000 Mhz inclusive with no gaps in frequency coverage. The receiver shall have the capability to store at a minimum, two (2) banks of 100 individual channels or frequencies. One of the two banks shall be programmed and will be designated as Coast Guard specific (i.e. All Vhf Marine Channels and the five (5) specific distress frequencies listed below in para e.) The additional bank of 100 channels will be utilized for operator storage of mission related frequencies, as desired. The scanning functions of the receiver shall permit bank, channel, frequency, or frequency range programmable settings as desired by the operator. e)The system shall be capable of monitoring / scanning any or all operator selected programmed channels (frequencies) while providing scanning and direction finding capability for the following frequencies: 2182 Khz International HF Calling and Distress 156.8 Mhz VHF Marine Calling and Distress - Channel 16 121.5 Mhz Civilian Air Distress 243.0 Mhz Military Air Distress 406.0 Mhz EPIRB f)The ADF system should be powered from a +12 Volt DC source. A suitable power supply should also be provided for operation from 120 VAC, if desired. g)The ADF receiver and antenna system shall contain inherent RF protection from shipboard emanations. State best availability. The provisions at 52.212-1 Instructions to Offers-Commercial, and 52.212-4 Contract Terms and conditions- Commercial items applies to this acquisition. Clauses 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Orders- commercial Items, applies to this acquisition and a statement regarding which, if any of the additional FAR clauses cited in the clause are applicable to the acquisition, including the following FAR clauses incorporated by reference: 52.225-3 Items (Jan 1999)(1) The government will award a contract resulting from this solicitation to the responsible bidder whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factorsshall be used to evaluate offers price and technical (product literature). Procurement is being conducted under simplified acquisition procedures. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices(e.g. on company letter head, formal quote form, etc.) but must include the following information: (2) Companies complete mailing and remittance address; (2) Dun & Bradstreet number (DUNS); (3) Taxpayer ID number(TIN); CCR registration; Representations and certifications and Catalog or literature showing that the offered item meet all the above requirements. Responses to this solicitation may be faxed to C. Houck (757) 686-4018; mailed to Contracting Officer, USCG, C2CEN,4000 Coast Guard Blvd, Portsmouth, VA 23703. Quotes are due 7/17/05 at 3:00 p.m. Local Time. All questions are to be faxed to 757 686-4018 or e-mailed to chouck@c2cen.uscg.mil. Note 22 applies
 
Record
SN00809053-W 20050519/050517211538 (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.