SOURCES SOUGHT
58 -- Tender Deployable DGPS System/Battery Powered Rover sub-system
- Notice Date
- 6/1/2004
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (C2EC), USCG Command and Control Engineering Center 4000 Coast Guard Boulevard, Portsmouth, VA, 23703-2199
- ZIP Code
- 23703-2199
- Solicitation Number
- Reference-Number-HSCG44-04-20DGPS219
- Response Due
- 6/25/2004
- Archive Date
- 7/10/2004
- Point of Contact
- Carrie Houck, Contracting Officer, Phone 757-686-4215, Fax 757-686-4018, - Carrie Houck, Contracting Officer, Phone 757-686-4215, Fax 757-686-4018,
- E-Mail Address
-
CHouck@C2Cen.uscg.mil, CHouck@C2Cen.uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The USCG C2CEN has a requirement for the following: CG/PSN-1 Tender Deployable DGPS system units (2 each) and design six (6) Battery Powered Rover Sub-systems of the CG/PSN-1 Tender Deployable Differential Global Positioning (TDDGPS). This Request for Proposals incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-23. This is a small business set-aside procurement. The contract will be awarded as a firm fixed price supply contract using simplified acquisition procedures in accordance with FAR Part 13.5. The NAICS Code is 334220, size standard 750 employees. The Coast Guard has a requirement to procure the following equipment as described (1.0- 6.2). 1.0 Scope. The Contractor shall provide all management, supervision, personnel, labor, materials and equipment (except for Government Furnished Equipment GFE) to provide a Commercial Off the Shelf (COTS) CG/PSN-1 Tender Deployable DGPS system units (2 each) and design six (6) Battery Powered Rover sub-systems of the CG/PSN-1 Tender Deployable Differential Global Positioning (TDDGPS). 2.0 Applicable Documents. Tender Deployable Differential GPS Users? Manual; Tender Deployable Differential GPS Drawings TDDGPS-1,2,3,4,5,6,7,8; Tender Deployable Differential GPS Electronic Integrated Logistics Systems Plan; Specifications. COMDTINSTM 10550.25 Coast Guard Electronics Manual; Ashtech G-12 GPS Board Reference Manual; Ashtech Z-Xtreme Technical Reference Manual; Javad dual frequency receiver manual; Teledesign Radio Modem User?s Guide; DGPS Reference Station Test Plan RE00-1C19; Tender Deployable Differential GPS User?s Manual; Tender Deployable GPS Drawings PWS3The Government shall make available to the contractor, upon request, all referenced documentation. 3.0 Government Furnished Equipment (GFE). The Government shall provide the contractor a complete list of the GFE that will be provided upon request, a partial list for the two new TDDGPS CG/PSN-1 systems is: M/A Comm 2-way splitter (2); Rail Mount (3); Hardigg case (1 set of three); GPS Splitter (2); 36? Telescoping Pole (1); 50 CM Aluminum Pole (1); Pacific Crest Tripod (2); Tripod Mount (3); Dual Frequency Base Receiver (1); Ashtech G 12R Sensor (2); Modified Rail Mounts (3); Solar Panel (1); 12V ATON batteries (2); Tripod TUFF PAK Case (2); Spare Parts Boxes (4); RF Modem (3); 35 Watt Amplifier (1); Power supply for Base Unit (1); Brass Lock (3); Variant Pwr Adaptor (2); 10 Amp Pwr Supply (1); Electra Vaya battery (1); Battery Power Rover Case (1); VHF ANT (6); VHF ANT BASE (6); Pressure Mount for Tripod (2); Tripod Adaptors (4); GFE materials list for the Battery Powered Rover Prototype is: Laptop case; Electrovaya battery pack; Ashtech G12 GPS receiver; Teledesign Radio Modem; Ruggedized laptop 4.0 Contractor Furnished Items. The Contractor shall furnish everything required to perform this contract except for GFE listed in Paragraph 3.0. 5.0 Requirements. 5.1 The contractor will fabricate and assemble two new TDDGPS CG/PSN-1 systems using the system drawings, current system specifications, GFE and other additional materials to build two new systems identical to the existing systems. 5.2 The contractor will assist C2CEN personnel in the final design of the Battery Powered Rover using the working prototype as an initial design model. 5.3 The contractor will be responsible to purchase, fabricate and assemble other components for the final design. 5.4 Once approved by the COTR and Technical Representative of the government the contractor will then purchase additional materials, fabricate and assemble as necessary six new Battery Powered Rover Subsystems. Estimated Contractor furnished materials list: 1. A-B switch with functionality identical to existing rover; 2. mounting hardware fabrication which fits into the laptop case; 3. cable and connectors as required for battery charging and system operation; 4. fabrication of a control panel/box 5.5 The contractor will be required to red line system drawings and provide new drawings for the battery power rover in AutoCad format. These drawing updates will include: Part Number. Manufacturer. National Stock Number if applicable. Nomenclature. Reference Designator. Total Quantity in system. Reference Drawing Number 6.0 The Contractor shall provide an Acceptance and Verification Plan as described in Paragraph 6.1 6.1 Acceptance Test and Verification Plan. The contractor shall follow the provided test plan to verify that the New Systems and Subsystems described 5.1-5.5 meet all the requirements described herein. These tests shall include verification of compliance with the CG/PSN-1 System Requirements Standards. The test plans and procedures shall be submitted to the Government for approval. 6.2 Warranty for the CG/PSN-1 Tender Deployable DGPS System and the Battery Powered Rover Sub-systems of the CG/PSN-1 Tender Deployable Differential Global Positioning (TDDGPS). The contractor shall warranty the equipment provided for a period of one year from the date of installation by the Government. Delivery Schedule: 45 Days after award. A Request for Quote (RFQ) package may be requested by and will be sent to all interested vendors. You may request a package via E-mail, Fax or US Mail. All responsible sources may submit a quote, which if timely received, shall be considered by this agency. All requests for RFQ shall be in writing; phone requests are not permitted. All companies should include Tax Identification Number and DUNS Number with Quote. Place of performance is USCG C2CEN, 4000 Coast Guard Blvd., Portsmouth, VA 234703. Award will be made utilizing the following factors, in descending order of importance, technical approach, past performance and price. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (OCT 2000). FAR 52.212-1, Evaluation ?Commerical Items. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2002) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (FEB 2002). FAR 522.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (APR 2003). 52.225-1 Buy American Act-Supplies (41 USC 10A/10d)(JUN 2003); Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999). All questions are to be sent via fax (757) 686-4018 or e-mail chouck@c2cen.uscg.mil
- Record
- SN00595047-W 20040603/040601211533 (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 |