Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
MODIFICATION

J -- Synapsis Radar Processor Installation, Maintenance, and Training in Dakar and Cap Skirring, Senegal

Notice Date
2/12/2014
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT5714Q80026
 
Archive Date
4/9/2014
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT5714Q80026 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-72, effective January 1, 2014. The NAICS Code is 811219; the Small Business size standard is $19 million. Statement of Work (SOW) - Begin DESCRIPTION/STATEMENT OF WORK Synapsis Radar Processor Installation, Maintenance, and Training in Dakar, Senegal 1. BACKGROUND As a part of the U.S. Department of Transportation's (DOT) Research and Innovative Technology Administration (RITA), the Volpe Center is a critical resource for innovation in transportation. Our mission is to improve the nation's transportation system by anticipating emerging transportation issues and to serve as a center of excellence for informed decision making. Since 1970, the Volpe Center has provided critical support to the DOT modal administrations and offices, other Federal agencies, state and local governments and organizations, foreign governments and entities, and the private sector. The Volpe Center's eight Technical Centers encompass all of the research, innovation, technology, and program analysis functions performed on behalf of our sponsors. Each Technical Center leverages multi-disciplinary capabilities to address national transportation goals. The expertise of Volpe Center's staff spans a wide range of transportation modes and disciplines-staff include civil, electrical, mechanical aeronautical engineers, physical and social scientists, human factors experts, economists, planners, information technologists, and safety operation specialists to name a few. Managers build project teams drawing across the organization from this broad range of expertise. The Volpe Center's Situational Awareness and Logistics Division supports the U.S. Africa Command Counternarcotics (USAFRICOM CN) Interagency Fusion Program (IFP) with enhancing counternarcotic efforts in Cape Verde, Ghana, Senegal, Tanzania, and The Gambia. In 2011, U.S. Naval Forces Africa and U.S. Africa Command (AFRICOM) as part of their theater security cooperation efforts deployed coastal surveillance radar systems at strategic locations within the African continent. These systems were provided to the African nations in which they are located. To achieve comprehensive maritime situational awareness in the region, U.S. AFRICOM intends to integrate the individual radar systems into the Volpe Center develop Maritime Domain Awareness web portal known as SeaVision. To do this the existing radar systems must be upgraded in order to communicate with the SeaVision servers. 2. OBJECTIVE The objective of this procurement is to acquire two Raytheon Synapsis radar processors (Bst: 8910) and travel to Dakar, Senegal and Cap Skirring, Senegal to install the radar processors and perform maintenance on the installed NSC-25 radar systems. The installation of the radar processor and maintenance of the NSC-25 radar system must be performed by a certified Raytheon Synapsis radar technician. Work includes the installation of a Raytheon Synapsis radar processor (Bst: 8910), the performance of recommended 4000 hour maintenance for existing NSC-25 radar components, and to provide training on the installation, operation, and maintenance of the NSC-25 radar system including the installed Synapsis radar processor. 3. DESCRIPTION OF TASK The following descriptions summarize the required tasks. 3.1 Radar Processor The contractor shall provide and deliver two (2) Raytheon Synapsis Radar Processors Bst: 8910 with tabletop display units. One to Dakar, Senegal by 8AM GMT March 4, 2014. One to Cap Skirring, Senegal by 8 AM GMT March 10, 2014. Delivery addresses will be provided by the Government within 5 days of purchase order award. 3.2 Site Visit 3.2.1 Installation The Contractor shall travel to and be available to meet Volpe Center engineers in Dakar, Senegal by 8 AM GMT March 4, 2014 and in Cap Skirring, Senegal by 8AM GMT March 10, 2014. Local travel in Dakar, Senegal and Cap Skirring will be provided by the Government. The Contractor shall install at both locations the Synapsis Radar Processor Bst: 8910 shore-side on an existing desktop provided by the Government, integrate the radar processor with Automatic Identification System (AIS) equipment, and verify functionality. The existing antenna array is mounted on a tower less than 200 feet from the installation location of the radar processor. 3.2.2 Maintenance The Contractor shall provide a list of recommended 4000 hour maintenance tasks for the NSC-25 radar system that its technician certified to work on a Raytheon NSC-25 radar system will perform while on-site in Dakar, Senegal from March 4, 2014 thru March 6, 2014 and in Cap Skirring, Senegal from March 10, 2014 thru March 12, 2014. 3.2.3 Training The Contractor shall provide training to no more than two Volpe Center engineers on the installation, operation, and maintenance of Synapsis Radar Processor Bst: 8910 while on-site in Dakar, Senegal by March 6, 2014. Training is to include: • Demonstration of the installation process for a Synapsis Radar Processor Bst: 8910 • Demonstration of the initial configuration and setup of a Synapsis Radar processor • Demonstration of the Synapsis Radar processor operation and functionality • Complete review and demonstration of the recommended 4000 hour maintenance tasks for a NSC-25 radar system The Contractor shall provide the Synapsis Radar Operator Manual to the Volpe Center Engineers by March 6, 2014. 3.3 Hardware The Contractor shall recommend a list of additional equipment that it will be ship or hand-carried to Dakar, Senegal and Cap Skirring, Senegal for the purpose of troubleshooting or repairing NSC-25 radar system components. The cost of the additional equipment shall be reimbursed based upon actual expenses incurred up to the Not to Exceed (NTE) amount established under CLIN0003. The equipment list must be approved in advance by the COR. Period of Performance: Date of award through March 14, 2014 See Attachment No. 1 for Deliverables Table. Statement of Work (SOW) - End The Government intends to award one (1) purchase order on a Firm Fixed Price basis as a result of this solicitation. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable quotation. An award will be made to the source whose quotation, conforming to the solicitation and specifications listed in the SOW, is determined to offer the best value to the Government, based on price. The Offeror shall provide a firm fixed price proposal for all labor, travel and materials, in accordance with each CLIN listed below and the attached Statement of Work (SOW): CLIN 0001 - Radar Processor Bst: 8910, Qty: 2 EA $___________________ CLIN 0002 - Radar Installation, Maintenance And Training, Qty: 1 LS $____________________ CLIN 0003 - Travel, Not to exceed, $____________________ CLIN 0004 - Hardware, Not to Exceed $40,000.00 TOTAL for CLINs 0001 and 0004: $___________________ INSTRUCTIONS TO OFFERORS: The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, RVP-32, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 5:00 PM Eastern Time on 02/13/2014. FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from a DOT Agency. Contractors may access the Central Contractor Registration (CCR) via the System for Award Management (SAM.Gov) to register and/or obtain information about the registration. Additionally, solicitation Representations and Certifications are no longer provided within the solicitation and must be submitted on-line through SAM.gov. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via the Online Representations and Certification Application (ORCA) at SAM.gov. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, (OCT 2010) is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.214-35, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-9, 52.223-15, 52.223-16, 52.223-18, 52.225-1, 52.225-13, 52.232-20 and 52.232-33. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT5714Q80026/listing.html)
 
Record
SN03287335-W 20140214/140212234359-d7e52d03902e83364b53c7dcb96e5359 (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.