Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOURCES SOUGHT

Z -- Remote Tower Light Monitoring - Existing equipment list

Notice Date
3/12/2010
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-10-Q-A17362
 
Archive Date
4/1/2010
 
Point of Contact
Reginald B Henderson, Phone: 757-628-4129, Jeanie S Thorne, Phone: 757-628-4109
 
E-Mail Address
reginald.b.henderson@uscg.mil, jeanie.s.thorne@uscg.mil
(reginald.b.henderson@uscg.mil, jeanie.s.thorne@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Existing LORAN tower light monitoring equipment This is a SOURCES SOUGHT NOTICE to determine the capability and availability of commercial sources in providing remote tower light monitoring of Loran-C tower sites nationwide. The US Coast Guard Shore Infrastructure Logistics Center (SILC) Norfolk, VA is seeking a source capable of providing remote tower light monitoring of 22 Loran-C tower sites nationwide, with a total of 37 towers required to be monitored 24 hours, 7 days a week. Services are to be provided for a base year plus two option years. Contractor shall furnish all labor, materials and equipment necessary to utilize and augment existing LORAN tower light monitoring equipment (Attachment 1) at the following locations: (1) Loran Support Unit Wildwood New Jersey (625' tower); (2) Baudette, MN (720ft tower); (3) Boise City, Ok (700ft tower); (4) Caribou, ME (4 towers @ 700ft each); (5) Carolina Beach, NC (4 towers@ 624ft each); (6) Dana, IN (625ft tower); (7) Fallon, NV (625ft tower); (8) George, WA (4 towers @ 700ft each); (9) Gillette, WY (700ft tower); (10) Grangeville, LA (700ft tower); (11) Havre, MT (700ft tower); (12) Jupiter Inlet, FL (625ft tower); (13) Las Cruces, NM (700ft tower); (14) Malone, FL (700ft tower); (15) Middletown, CA (625ft tower); (16) Nantucket, MA (625ft tower); (17) Kodiak (Narrow Cape), AK (625ft tower); (18) Raymondville, TX (700ft tower); (19) Saint Paul, AK (625ft tower); (20) Searchlight, NV (4 towers@ 700ft tower each); (21) Seneca, NY (700ft tower); and (22) Tok, AK (4 tower @ 700ft tower each). Contractor must comply with FCC Rules Sec. 17.47 - 17.49, and shall have received FCC waiver of quarterly inspection requirements. All tower monitoring must be in compliance with FCC and FAA regulations. USCG on-site technicians are available to perform remote site installation of equipment, if required. Use of USCG technicians does not obviate any level of contractor responsibility for adherence to these requirements. Fault indicators must be able to register any failures of lights and power failures to the system, and provide indication of such failure to the owner, via email and phone line, if failure is not correctable within 30 minutes. System must be sufficiently robust to insure that the safe and reliable automatic monitoring system remains operational at all times and provides constant remote tower light monitoring without visual inspection. Contractor is responsible for installing and maintaining any communication lines required, with each station is capable of accepting a standard commercial phone line. The Contractor shall be responsible for all aspects of system design and installation nationwide, and shall provide the government with manufacturers technical information including operational and trouble guides for the system. Onsite repair (both preventive and emergency) and maintenance of all remote tower light monitoring equipment is a contractor responsibility. The tower light monitoring system shall incorporate the following: (a) Tower light monitoring system panel shall determine and indicate alarm/status conditions of the tower lights; (b) Monitoring sensor used should be able to measure the current going to lamps as well as the energy delivered to flash tubes. Any monitored parameters failures should be detected, evaluated, and send the appropriate message by cell phone, land line, local area network, or internet; (c) System must be able to be monitored by a central contractor location, and that central location must be able to notify the Coast Guard of outages at provided email address and telephone number; and (d) Monitoring system must have full two way real-time communication between the contractor's monitoring station and the site equipment. It should also include a failsafe feature to insure that the communication link is tested, at least, daily to insure that the communication path is viable. The contractor shall notify the FAA of all light outages within 30 minutes. The NAICS code will be 237130, with the Small Business Size Standard is $33.5 Million. Any interested firm capable of providing these services is requested to respond via e-mail to reginald.b.henderson@uscg.mil by 4:00 p.m. EST on March 17, 2010, to include, as a minimum: Name and Address, point of contact, business size (Small, Veteran-owned, Service-disabled veteran-owned, Small disadvantaged, Women-owned small business, Women-owned business, HUBZone or Large business); capability statement; and relevant past and/or current performance, in the last three years for like or similar services, held with the U.S. Coast Guard, other Government agencies, or private industry. Interested firm may also forward any questions regarding information provided, and it will be fully considered in preparation for any resultant solicitation. Individual responses may not be provided by USCG. Interested firm must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. THIS SYNOPSIS IS FOR PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION FOR PROPOSALS. This notice is not considered to be a commitment by the Government nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to this Sources Sought, or Government use of any information provided. The Government reserves the right to consider any business arrangement as deemed appropriate for this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-10-Q-A17362/listing.html)
 
Place of Performance
Address: Various locations nationwide, United States
 
Record
SN02091281-W 20100314/100312235843-8264ac6b296ee791998e357ac90cc3b8 (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.