Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

59 -- FABRICATION OF NAVAID SENSOR MODULES

Notice Date
2/18/2009
 
Notice Type
Presolicitation
 
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 (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-09-R-PS355
 
Archive Date
3/20/2009
 
Point of Contact
James A Lassiter,, Phone: (757)686-2149, Carrie Houck,,
 
E-Mail Address
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY AND NOT A SOLICITATION OR REQUEST FOR PROPOSAL (RFP) DOCUMENT. THE RFP/SOLICITATION PACKAGE WILL BE AVAILABLE AFTER THE CLOSING DATE OF THIS PRE-SOLICITATION NOTICE. PROPOSALS/QUOTATIONS ARE NOT BEING SOLICITED OR ACCEPTED AT THIS TIME. CONTRACTORS SHOULD FOLLOW THE INSTRUCTIONS BELOW. PHONE CALLS ARE NOT BEING ACCCEPTED AT THIS TIME. The U.S. Coast Guard Command and Control Engineering Center (C2CEN) intends to issue a FIRM FIXED PRICE Purchase Order using Simplified Acquisition Procedures(incorporating the latest FAC, FAC 2005-29) for the Fabrication of 4 each as First Article Units and 100 each Production Run Units of NAVAID Sensor Modules. General Information. The NAVAID Sensor Panel (GCF-RWL-2241) and Audio Visual Controller (GCF-RWL-2098) operate in environmental extremes found along the navigable waterways of the United States. The NAVAID Sensor Panel is connected to Audio Visual Controller to monitors and controls light and sound signal systems at various lighthouses and other land based navigational aids location. The NAVAID Sensor Panel is also connected to Remote Monitor and Control Unit (NAVLINK-MC-1-32(13419)). The Remote Monitor and Control Unit is part of the Aid Control & Monitor System (ACMS). The purpose of this specification is to upgrade the NAVAID Sensor Panel into a single module (here in after referred to as NAVAID Sensor Module) with interconnecting wiring harness that can be installed internally into the Audio Visual Controller (GCF-RWL-2098). The NAVAID Sensor Panel contains two identical Printed Circuit Boards (one for light signals and the other for sound signals), one common +5VDC Voltage Regulator Board, terminal boards, connectors, and interconnecting wiring. Each Printed Circuit Board performs the following functions: To convert contact closure originating from the operating light or sound signals into suitable signal to interface with the Remote Monitor and Control Unit which will provide proper status to the ACMS. To continuously test the operation of the individual light or sound signals to ensure that they are capable of operating when required. To automatically switch the navigational aid system into the emergency and secondary modes in the event of primary signal failure. The Statement of Work/Specification will be available as part of the Request For Proposal (RFP) package. Requests for specifications, drawings, etc. will be disregarded. The RFQ document, HSCG44-09-R-PS355, will be available for downloading from FedBizOps at www.fbo.gov or can be obtained by E-mailing a written request to James.A.Lassiter@uscg.mil Contractors shall be able to download, print, the RFP from the FedBizOps website. The RFP/solicitation will be available for download after the closing date (Due Date or Response Date shown above) with an anticipated award date of Mar/24/2009. This date is approximate and not exact. Contractors are encouraged to register and use FedBizOps. The North American Industry Classification Standard (NAICS) is 334511 and the size standard is 750 employees to classify as a Small Business. This Pre-Solicitation is being posted as a 100% Total Small Business Set-Aside. All responsible sources may submit a Proposal which shall be considered by the USCG/Government. Sources must have valid Cage Codes and DUNs Numbers or have the ability to obtain one, also be registered in CCR (Central Contractors Registration). Quotes may be F.O.B. Origin or F.O.B. Destination(F.O.B. Destination Terms are preferred) and will be evaluated on the basis of Best Overall Value to the government considering technical acceptability, price, delivery and past performance and quality and price realism and delivery terms. Desired delivery schedule will be specified in the RFP. Packaging instructions will be specified in the RFP/solicitation. All Units will be required to be delivered to the USCG C2CEN Portsmouth VA. 23703-2199 This Pre-Solicitation is being posted as a 100% Total Small Business Set-Aside.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=84dbfa4ff3a7a644bbea03335af05759&tab=core&_cview=1)
 
Record
SN01752487-W 20090220/090218220203-84dbfa4ff3a7a644bbea03335af05759 (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  © 1994-2020, Loren Data Corp.