Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2003 FBO #0602
SOLICITATION NOTICE

59 -- Electrical and electronic equipment components

Notice Date
7/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCG23-03-R-TED116
 
Response Due
6/24/2003
 
Point of Contact
Tiffany Thompson, Contract Specialist, Phone (202) 267-1589, Fax (202) 267-4019, - Brenda Peterson, Contracting Officer, Phone (202) 267-6906, Fax (202) 267-4019,
 
E-Mail Address
tthompson@comdt.uscg.mil, bpeterson@comdt.uscg.mil
 
Description
The United States Coast Guard has a requirement to replace the NT200CG, Differential Global Positioning System (DGPS) unit with a commercial Differential Global Positioning System (DGPS) unit. The unit shall have the capability of displaying GPS and DGPS data on one display and have the ability to interface with a separate and independent integrated navigation systems and radar via NMEA Standard 0183. The Coast Guard will be using these DGPS units primarily on vessels equipped to position Aids to Navigation (ATONS). Units must be available on the open market for a period of three years minimum after initial purchase. Upgrades to the base system will be backward compatible to ensure DGPS operation. Units will be supportable for a minimum period of three years after initial purchase and carry a one-year manufacturers warranty with an option for an additional three year warranty to begin upon completion of equipment installation by Coast Guard technicians. The DGPS units shall meet specific specification requirements that will be included in the solicitation. The government anticipates awarding an Indefinite Delivery/Indefinite Quantity type contract with a base period of one year and one one-year option period. The minimum quantity for the base year is 100 units and the maximum quantity for the base year is 250 units. The minimum quantity for the option year will be one unit and the maximum quantity for the option year will be 250 units. The NAICS code is 334511 and the Small Business size standard is 750 employees. It is anticipated that the Request for Proposal (RFP) will be issued on or about June 23, 2002 with proposals due 15 days after issuance of the RFP. All responsible sources may submit a proposal, which will be considered. To obtain solicitation, interested businesses may download the RFP at http://www.fedbizopps.gov. The primary point of contact for the RFP may be reached at e-mail address tthompson@comdt.uscg.mil and the alternate may be reached at bpeterson@comdt.uscg.mil
 
Record
SN00377106-W 20030724/030722213044 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.