Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2005 FBO #1276
SOLICITATION NOTICE

N -- Terma Radar Installations

Notice Date
5/23/2005
 
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-210506vts029
 
Response Due
6/19/2005
 
Archive Date
7/4/2005
 
Description
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. Quotes are being requested and a written document will NOT be issued.The incorporate provisions and clauses are those in effect throught the Federal Acquisition Circular 05-03. The applicable NAICS number is 517910. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The requirement is as follows: (note: the contractor shall be TERMA certified for installation of equipment) Installation of Terma Radars VTS Puget Sound Statement of Work Project: Install 4 Dual TR, single array Terma Scanter 2001 radar systems. Existing AIL radars (VTS Puget Sound) will be removed by government. Government provided Terma gear boxes, arrays, and dual cabinet transceivers will be installed as replacements. These systems require factory certified installation personnel to assist, as indicated in this SOW. Start: 15 June 2005 Complete: 31 Aug 2005 PLACE(S) OF PERFORMANCE a. Port Angeles; VTS Puget Sound b. Cape Flattery; VTS Puget Sound c. Pearson's Creek; VTS Puget Sound d. Point Wilson; VTS Puget Sound PROJECT OFFICER (Po) DESIGNATION The PO for this task is CWO Joseph Wallace. He may be reached at (757)686-4176, e-mail mailto:jpwallace@c2cen.uscg.mil, fax (757) 686-2113 DESCRIPTION OF WORK a) Provide a (1) senior and (1) junior Terma Scanter 2001 factory certified installer to assist with the installation of 4 radar sites as noted in (1). Existing AIL radar systems will be removed by ESU Seattle contractors prior to installation of Terma Scanter 2001 systems. b) Contractor shall provide technical oversight for installation, configuration, and operational verification of replacement radar system; including, but not limited to, array, gear box, elliptical heliax, transceivers, dehydrators, radar processors, and associated cabling. c) System shall be installed in accordance with Terma prescribed installation instructions and standard installation practices. d) Contractor shall assist government rep, designated by (Po), with Systems Operation and Verification Test (SOVT). SOVT shall be provided by government and include verification of operation, documentation of system software and mechanical settings, photo documentation of install, and redline of "as built" drawing package. e) Per (4), contractor should expect the completion of 2 sites per trip toVTS Puget Sound, for total of 2 trips. VTS Puget Sound shall be notified 24 hours prior to any work which may impact operational capabilities of systems at work site, and approval to proceed requested. If approval not granted, contractor shall notify (Po). TRAVEL: Contractor should anticipate installation of two Terma radar systems per trip to VTS Puget Sound and one per trip to VTS San Francisco.Travel in accordance with JFTR. The following FAR provisions and clauses are incorporated by reference: 52.212-1; 52.212-2 (proposing the best value to the Government considering technical acceptability, past performance, price and delivery with technical acceptability and past performance being significantly more important than price; 52.212-3;52.212-4; 52.204-5; 42.204-6; 52.204-7, 52-252-2; 52.212-5; 42.203-6; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.232-33. Quotes may be submitted on company letterhead stationary and must include the following: Nomenclature, pricing, payment erms and discount offered for prompt payment. Phone questions shall not be accepted. FAX quotes or questions may be sent to (757) 686-4018.
 
Record
SN00813479-W 20050525/050523211537 (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.