Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2003 FBO #0633
SOLICITATION NOTICE

16 -- Logistics Support Program (LSP) requirements for the C-130 Airborne Sensor Palletized Electronic Reconnaissance (CASPER) system.

Notice Date
8/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-03-R-H00003
 
Response Due
9/30/2003
 
Archive Date
10/15/2003
 
Point of Contact
Bruce Williams, C130 Contract Specialist, Phone 252-334-5293, Fax 252-334-6452, - Martha Hebrew, C130 Contracting Officer, Phone 252-335-6557, Fax 252-335-6452,
 
E-Mail Address
bwwilliams@arsc.uscg.mil, MHebrew@arsc.uscg.mil
 
Description
The U.S. Coast Guard, Aircraft Repair and Supply Center (ARSC), Elizabeth City, NC, intends to acquire follow-on Logistics Support Program (LSP) requirements for the C-130 Airborne Sensor Palletized Electronic Reconnaissance (CASPER) system. The CASPER system is utilized by the United States Coast Guard (USCG) onboard the C-130 aircraft. CASPER?s mission is to provide target Classification, Evaluation and Identification by use of a Forward Looking Infrared (FLIR) and Electro-Optic (EO) sensors as well as the capability of displaying a tactical picture of the aircraft?s operational area on an Airborne Tactical Workstation (ATW). Major components for the CASPER system are: WESCAM Model MX-20 Turret P/N40359-05, LRF/GEO positioning equipped P/N 40359-24, and Palletized Airborne Sensor System (PASS) P/N41068-01. The LSP includes the effort required for the program management, logistics support, repair of each LRU and SRU, sparing, technical assistance, training, and performance requirements to obtain the operational availability, reliability, and repair turn-around times as will be outlined in the yet to be released Statement of Work (SOW). It is estimated that the contract will begin on or about 1 April 2004. As planned, when released the solicitation will contain a base period consisting of a first term base of three (3) years with two (2) one-year option periods. The solicitation will also contain provisions for two (2) award terms of one (1) year each. The resulting contract will be Firm-Fixed-Price Incentive with Award Terms and will be inclusive of all labor, materials, travel, and shipping. A Performance Incentive will be provided with both positive and negative incentives to motivate the Contractor on their performance concerning several Performance Metric Agreements (PMA), as defined in the SOW. Offerors will be required, as a minimum, to achieve a satisfactory evaluation for past performance in accordance with FAR Part 15.305 (2). This requirement is being fulfilled through UNRESTRICTED COMPETITION. The NAICS code is 334511 and the size standard is 750 employees. The solicitation will be issued on or about 30 September 2003. The solicitation, when issued, will be posted at http://www.fedbizopps.gov/. Once the solicitation is issued, all responsible parties may submit an offer, which will be considered by this agency. E-mail requests for the solicitation can be sent to bwwilliams@arsc.uscg.mil (preferred method) or facsimile requests may be sent to 252-335-6452 (Attn: Bruce Williams). Requests for the solicitation must be in writing and contain the e-mail address of the requester. Telephone requests will not be honored. Points of Contact are Bruce W. Williams, Contract Specialist at 252-334-5293 and Martha Hebrew, Contracting Officer at 252-335-6557. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (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. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Record
SN00409580-W 20030824/030822213053 (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.