Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOURCES SOUGHT

N -- ENGINERRING SUPPORT SERVICES FOR VTS SYSTEMS

Notice Date
2/20/2009
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
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-VTS09
 
Archive Date
3/13/2009
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT Notice# HSCG44-09-VTS09 This is a SOURCES SOUGHT NOTICE (THIS IS NOT A RFP OR RFQ) to identify firms capable of providing all labor, material, equipment, transportation and supervision and project management support required for the USCG C2CEN in Portsmouth VA to have Field Engineer Support Services. These Services are in support of the Vessel Tracking Systems(VTS). The USCG intends to establish a 1 year Contract for these Eng. Support Services. NOTE: It is REQUIRED that the Eng. Technicians working on these USCG VTS Systems shall be TERMA Certified. The Contractor Qualifications are as follows: a. Contractor shall interact as needed with C2CEN personnel, other government agencies (OGA), contractors, and representatives of Coast Guard Sectors in conjunction with SMEF support activities. The Contractor shall coordinate efforts with the COTR to ensure smooth and continuous progress in achieving program goals. b. Contractor shall have at least 2 years experience installing, repairing and integrating radar and microwave sensor systems, and in particular be factory certified in Terma RADAR systems and Motorola’s Point to Point line of Canopy broadband products. c. Contractor shall have the skills to install, test and configure CISCO network IP based equipment, Motorola’s Quantar radios and Pelco PTZ camera products. d. Contractor shall have demonstrated experience with Vessel Traffic Systems Operations Systems Maintenance and have the necessary expertise to perform all tasks. e. Contractor shall ensure all new cabling and all new and existing jacks shall be Tagged, Terminated, Bonded and Tested in accordance with EIA / TIA and industry standards. f. Contractor technicians shall be qualified to climb towers up to 100 ft. Vendors interested in performing this requirement are invited to provide the following information to USCG C2CEN no later than Feb/24/2009 @ 8:00AM EST. NO TELEPHONE CALLS ARE ACCEPTED. The information may be submitted via email to James Lassiter, Contract Specialist at the following email address: James.A.Lassiter@uscg.mil or faxed to 757-686-4018. Please annotate the response with the sources sought number HSCG44-09-VTS09. Responses shall include the following information: (1) Company name and Cage Code Number; (2) Address; (3) Point of Contact; (4) Email address and fax number; (5) Business size (Small or Large), Disadvantaged/8(a)/ or HUBZone status (Socioeconomic Program). Also PLEASE state if your company provides these supplies and services under a GSA Schedule Contract, if so provide your GSA Contract Number. No telephone or written requests for solicitation or posting status. When (and if applicable) available, the resultant pre-solicitation notice and solicitation or combined synopsis/solicitation will be posted at this website. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government/USCG, nor will the Government/USCG pay for information solicited. No basis for claim against the Government/USCG shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government/USCG reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a61a53d090661572de330f9dc5d41528&tab=core&_cview=1)
 
Place of Performance
Address: VARIOUS CG LOCATIONS, United States
 
Record
SN01754440-W 20090222/090220215628-a61a53d090661572de330f9dc5d41528 (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.