Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2006 FBO #1697
SOURCES SOUGHT

59 -- UPGRADE DYNAMIC POSITIONING SYSTEM FOR USCG 225 WLB

Notice Date
7/18/2006
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
Reference-Number-HSCG40-06-APP07-0019
 
Response Due
8/2/2006
 
Archive Date
8/1/2007
 
Description
SOURCE SOUGHT The U.S. Coast Guard Engineering Logistics Center (USCG ELC) has a requirement to upgrade obsolete components of the Dynamic Positioning (DP) System installed onboard the USCG 225 WLB Class Cutters with an option to install the same DP components on the USCG 175 WLM Class Cutters. Specifically the upgrade shall consist of components that replace the VME Digital Processor Assembly, and the Center Control Console while maintaining the Cutters American Bureau of Shipping DP Certification (ABS DPS Class 0). The remaining system components shall remain unchanged, and include the following: Cables, Interface to other systems, machinery, and sensors, Port and Starboard Control Stations, Vertical Reference Assembly, and Signal Processor Assembly. The upgrade shall be a drop-in replacement into the existing panel cutout, and shall reuse all existing cables, and interface connections. This requirement also requires an update to the technical manuals, a factory demonstration of the proposed replacement, a shipboard demonstration and test, a set of detailed installation and testing instructions, and a new software DP program installation package. It is the belief of the Government that only the Original Equipment Manufacturer (OEM), NAUTRONIX INC, Houston, TX and/or its authorized facilities can perform this upgrade without having to replace the entire system, cables, modify operator consoles, develop new logistics information, and develop new vessel dynamic and characteristic software models. Therefore, it is the intent of the U.S. Coast Guard to handle this procurement as a sole source to the OEM, NAUTRONIX INCE as the Engineering Technical Data and Software Source Code are not available to the Government and are proprietary to the OEM. Accordingly, it is the Government?s belief that the engineering and software information required to upgrade this system are proprietary. However, other potential sources may submit information concerning their capability to provide a DP upgrade of the components herein; for the purpose of the USCG to determine whether to conduct a competitive procurement. Organizations having the expertise and required capabilities to upgrade the DP system are invited to submit a complete information package discussing such capabilities by providing: (1) Ability to obtain ABS certification for this modification, and if accepted is also required to have the system certified by ABS as part of the contract, (2) Software Source Code for the existing system, or an equal ability to understand the existing software algorithms and models to use another DP software package while maintaining the remaining system components and interfaces, (3) Vessel Characters, and Dynamic Modeling information, (4) Understanding diagrams, and block diagrams, panel arrangement diagrams, system interface data with other systems, sensors and machinery; finally, technical, design, installation, and logistics data and diagrams for the existing system, and ability to provide the same for the proposed system after the installation of the upgrade, (5) standard and optional warranty information, and (6) A technical summary of other projects demonstrating the ability to upgrade the existing DP system components herein with contact information. Perspective vendors who believe that replacing the entire system as an alternative to the performing the proposed upgrade is in the best interest to the Government must demonstrate an economic, operational, and supportability benefit by supplying the following detailed information: (1) cost to remove and install new system; (2) an arrangement drawing for each bridge console and system component; (3) understanding diagrams, information, and data that demonstrates the technical and engineering ability to provide the same or better level of DP vessel control, system operation, system maintainability, and system supportability, and Mean Time to Repair, and Mean Time Between failure calculations and Vessel Characters, and Dynamic Modeling information; (3) cost for factory, functional, installation, and operational tests, and detailed test plan for each level of testing; (4) cost, ability, and time required to obtain ABS DP0 Certification for each cutter class; (5) cost to provide computer based training for operators and maintainers, cost to modify training center consoles, cost to modify the existing pipe line training program; (6) cost to provide operator and maintainer technical publications, cost to provide provisioning technical documentation; (7) Project plan and time line to develop, certify, install, and provide all support documentation; (8) a list of vessels that have the same or higher ABS approved systems installed; (9) standard and optional warranty terms; and (10) a cost benefit analysis comparing estimated upgrade costs verses system replacement cost. Alternate proposal data must include sufficient information to allow the Coast Guard to evaluate. The Coast Guard does not intend to pay for information solicited. Responses shall be submitted within 15 days of this announcement. Responses must be concise and specific to the requirements mentioned above. The submission of data for review shall not impede award of a contract. The complete solicitation package shall also be available for download from FedBizOpps, at www.fbo.gov on or about 29 August 2006. Be advised this date is estimated. Interested sources are encouraged to review FedBizOps daily until the solicitation becomes available. See Note 22
 
Record
SN01091403-W 20060720/060718220323 (fbodaily.com)
 
Source
FedBizOpps 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.