Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,2000 PSA#2575

Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, MD, 21226-5000

J -- MAINTENANCE/REPAIR/UPGRADE SERVICES FOR TRIMBLE 4000IM DGPS INTEGRITY MONITORS SOL Reference-Number-DTCG40-00-Q-40031 DUE 041700 POC Sandra Miller, Contract Specialist, Phone 410-762-6452, Fax 410-762-6056, Email smiller@elcbalt.uscg.mil -- David Monk, Contracting Officer, Phone 410-762-6456, Fax 410-762-6056, Email dmonk@elcbalt.uscg.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Number-DTCG40-00-Q-40031&LocID=493. E-MAIL: Sandra Miller, smiller@elcbalt.uscg.mil. Potential sources sought. The Coast Guard is seeking qualified sources that can provide maintenance/repair/upgrade services for Trimble 4000IM DGPS Integrity Monitors used in support of the Maritime Differential Global Positioning System. The government intends to issue a contract for a base year and three option years, if exercised. The government is seekign qualified sources that can provide this service. it is the government's belief that no engineering drawings, specifications, salient characteristics or quality assurance documentation are avialable; and; that the hardware, software, firmware and updates are solely maufactured by, and a proprietary product of, Trimble Nagibation, Lrd., the EOM. however, other potential sources having the expertise, required capabilities, and the ability to purchase OEM parts can submit such data discussing the same in duplicate within 15 days from the date of this announcement. This is not a Request for Quotation per FAR 5.203. The Government does not intend to payfor the information solicited. Responses must be concise and be specifically directed to the requirement mentioned above. Concerns that respond to the notice must fully demonstrate their capabilities to meet the requirements. The following information must be provided to evaluate the aceptability of the maintenance/repair/upgrade services: (1) Complete and current data to demonstrate that the potential source has the capability to meet the requirements, (2) that the offered parts have been satisfactorily manufactured by the OEM, (3) and, that the potential source has the ability to purchase continuing parts form the OEM on a continuing basis. Adequately detailed data by which to evaluate the capabilities should be sent to the attention of Sandy Miller Contract Specialist, at (410) 762-6452. Facsimile request/documentation should be faxed to Sandy Miller at (410) 762-6056. THIS NOTICE IS FOR INFORMATION PURPOSES FOR MINOIRTY, WOMEN-0WNED AND DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation(DOT) Office of Small adn Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital assistance for transportation related contracts.. Loans are available under the Short-Term Lending Program (STLP) at prime interest reates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the acquisition, and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. Internet address: http://osdbuweb.dot.gov. See numbered note 22. Posted 04/06/00 (D-SN441872). (0097)

Loren Data Corp. http://www.ld.com (SYN# 0028 20000410\J-0006.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page