Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOURCES SOUGHT

59 -- Request for Information for commercially available Encrypted Automatic Identification System 2 (EAIS-2) for Use on U.S. Coast Guard Boats and Cutters - Draft Specifications

Notice Date
7/22/2014
 
Notice Type
Sources Sought
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
HSCG44-14-RFI_EAIS-2
 
Archive Date
9/5/2014
 
Point of Contact
Heather R. Hirshman, Phone: 7572952280
 
E-Mail Address
Heather.R.Hirshman@uscg.mil
(Heather.R.Hirshman@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - Interface Design Description Attachment 1 - Draft Specifications Disclaimer and Important Notes: This posting is a Request for Information (RFI) from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Proposals or a Request for Quotations, and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this RFI. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Requirement: The Department of Homeland Security, U.S. Coast Guard, Command, Control, and Communications Engineering Center (C3CEN) has a requirement to procure new standardized Encrypted Automatic Identification System 2 (EAIS-2) projected to be installed on approximately 2000 vessels. EAIS-2 will be installed on all future boat acquisitions and retrofitted onto legacy boat platforms as the original equipment becomes unsupportable. EAIS-2 will operate on all boats and cutters throughout the Coast Guard and will support Coast Guard missions at any geographic location including the high seas, near shore, harbors, intercoastal areas and inland rivers. EAIS-2 will allow for interfacing with other installed electronics equipment including radar and presentation interface. EAIS-2 will support all missions performed by Coast Guard surface assets to include: • Port, Waterways, and Coastal Security • Search and Rescue • Drug Interdiction • Migrant Interdiction • Living Marine Resources • Other Law Enforcement • Marine Safety • Marine Environmental Protection • Defense Readiness The proposed system requirements for the encrypted automatic identification system are detailed in the DRAFT Requirements (Attachment 1) and Interface Design Description (Attachment 2). DRAFT requirements are being posted to allow prospective offerors to review and provide comments regarding its feasibility. It is the Government's intent to procure a system with expandable capabilities. All comments/questions/concerns are encouraged and should be sent in writing to the Contract Specialist, Heather Hirshman, at Heather.R.Hirshman@uscg.mil. Upon receiving feedback, the Coast Guard will assess all input and its impact on the development of the final specifications. The NAICS Code for this solicitation is 423690 Other Electronic Parts and Equipment Merchant Wholesalers. Contractors doing business with the Government are required to register in the System for Award Management (SAM) database before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM/. Submission of Information: Interested parties are encouraged to submit a response which supports the company's claim that it presently has the technology, qualifications, experience, and capabilities to satisfy the requirements or submit a response which identifies areas in the system requirements that their company does not meet. The proposed system requirements for the encrypted automatic identification system are detailed in the DRAFT Requirements. For those areas that the company cannot meet the specified government requirements, the company will define their capabilities and provide amplifying information as to why they cannot meet the government's request. The Coast Guard's requirement may be refined based on knowledge gained from RFI submissions. Specifically, any interested parties are requested to provide the following information: 1. Name of Company and DUNS number 2. Point of contact and phone number 3. Size of Business according to North American Industry Classification System (NAICS) Code 423690. 4. Positive statement of your interest in this procurement as a prime contractor 5. Description of your product that might fill this requirement: a. What type of products do you offer that might fill this requirement? (Describe system capabilities & performance, environmental specifications, physical dimensions, power requirements, and remote communications capabilities. Information regarding scalability of the system for use on small to large platforms must be included.) b. Do you offer these products commercially? (Is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?) c. Do you offer a commercial product that could be modified to fulfill this need? d. Do you believe there is a better method of fulfilling this requirement? If so, provide an alternative solution. e. Do you offer quantity or other discounts to your customers? f. What are your warranty terms, if any? g. Provide information for any additional charges for special packing and packaging? h. Do you have a commercial catalog for a related group of products or services? i. What is your average delivery lead time for this type of product? j. Do you expect to offer a new product or service sometime in the future that might affect this requirement? k. Do you provide spare part kits? (If so, can you identify the single points of failure and the price associated with these items) l. Do you provide operation and maintenance training? m. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item? n. Existing technical documentation and brochures are welcome as attachments as well as product catalogs and price lists. o. A "commented" version of the DRAFT Requirements (Attachment 1) may be returned as an attachment. p. Solutions/approaches not specifically conforming to the Coast Guard's current requirement may be submitted (i.e. Does your company have a better way of meeting our requirement?). q. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data) r. Provide description of any built in test feature, a flow chart of the system analysis, and a list of the circuit card or assembly level bit resolution. Responses must be no longer than fifteen pages in length. Technical documentation, brochures, and/or a "commented" version of the DRAFT Requirements (Attachment 1) if included, do not count in the fifteen page maximum. Submit your response by 2:00 PM EST on August 21, 2014 to the Contract Specialist, Heather Hirshman, via email at Heather.R.Hirshman@uscg.mil. Any questions regarding this RFI may be referred to Ms. Hirshman via e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/75ce3df554ff925d2e557c683cd8f3ef)
 
Record
SN03433492-W 20140724/140722235257-75ce3df554ff925d2e557c683cd8f3ef (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.