Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOURCES SOUGHT

J -- UNITED STATES COAST GUARD MAINTENANCE AND TECHNICAL SUPPORT FOR NATIONWIDE DIFFERENTIAL GLOBAL POSITIONING SYSTEM (NDGPS) - NDGPS Discription of Services

Notice Date
3/25/2011
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
2112HSCG44NDGPS
 
Archive Date
4/26/2011
 
Point of Contact
Stephen A. Clark, Phone: 7572952278
 
E-Mail Address
stephen.a.clark@uscg.mil
(stephen.a.clark@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
NDGPS Discription of Services Description: United State Coast Guard Command, Control, and Communications Engineering Center (C3CEN), Portsmouth, VA is issuing this Request for Information (RFI). The Purpose of this RFI is to survey the commercial market place to identify potential sources interested in performing Maintenance and Technical Support Requirement for Nationwide Differential Global Positioning System (NDGPS), THIS IS "NOT" A REQUEST FOR QUOTATION OR PROPOSAL (RFP). See the attached NDGPS Description of Services for what may be entailed in a future RFP performance work statement Pre-Solicitation Notice (SYNOPSIS) This pre-solicitation notice (synopsis) is being released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research. This Synopsis does not commit the Government to contract for any supply or service whatsoever. Further the Government is not seeking proposals and will not accept unsolicited proposals. Respondents are advised that the United States (US) Government will not pay for the provision of any information nor will it compensate any respondents for the development of information or administrative cost incurred in the response to this Synopsis. While a future Request for Quote/Proposal is anticipated, it is not guaranteed. The Government will not pay for the providing of any information nor will it compensate any respondents for the development of information. All cost associated with responding to this Synopsis will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this synopsis. Responses to this Synopsis will not be returned. Please be advised all submissions become Government property. Not responding to this Synopsis does not preclude participation in any future Request for Proposals (RFP), when issued. In accordance to FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Synopsis and any future RFP. The Small Business Administration (SBA) uses the North America Industry Classification System (NAICS) Codes to establish size standards on an industry-by-industry basis. The anticipated NAICS code for this requirement is 541990 - All Other Professional, Scientific and Technical Services. The size standard associated with NAICS 541990 is $7 Million. At this time the Government intends to award a 5-Year Single Award ID/IQ contract resulting from a future solicitation (RFP) to the most responsive, responsible offeror whose proposal conforms to the combined synopsis/solicitation, Performance Work Statement (PWS) and is most advantageous to the Government, technical, price and other factors considered. The Government is not accepting questions at this time on this requirement. PHONE CALLS WILL NOT BE ACCEPTED, VOICE MESSAGES LEFT WILL NOT BE RETURNED AND EMAILS WILL NOT BE RESPONDED TO. RESPONSES: Please Submit your interest and the information request below via email to Stephen.A.Clark@uscg.mil by 11 April 2011, 10 AM Eastern Standard Time. SPECIFIC INFORMATION REQUESTED: A six (6) to ten (10) page document that addresses the following: 1. Company Name; 2. Address; 3. Point of Contact, Information; 4. Data, Universal, Numbering System (DUNS)Number; 5. Registration status in Central Contractor Registration CCR; 6. Indicate business size( i.e. small or large) based on NAICS Code identified; 7. Small business type (i.e. veteran-owned small business, service disabled veteran owned small business, Hubzone small business, 8(a), women-owned small business concern or etc.). 8. Ownership Status (i.e. U.S or foreign) 9. Capability statement that address the organizational qualification and ability to perform as a contractor to supply the items herein. 10. Evidence, if any of experience doing the same or similar type work. 11. Statement on Government furnished property systems service provided with contract number and POC information 12. Statement of previous 24/7 call center services provided with contract number and POC information 13. Availability of a commercial catalog; 14. Statement as to if the company would submit and offer should the requirement be solicited; 15. Statement on current contracts with any other Federal Agency similar type services/ for this type work (Provide name of agency and POC information); 16. Provide evidence of other similar type engineering/electronic support work completed for the Government with contract number and POC information; 17. Provide a statement on capability to travel and perform work at all locations listed above; 18. Provide a statement on how the company can respond to multiple places of performance at the same time to respond to casualties within the time frames listed above (employees located throughout the country or one location), 19. Provide a statement if you are mailing a company catalog to the Contract Specialist at the address listed above; Do you posses a GSA Federal Supply Schedule to perform this type of work? If yes, provide the schedule number; 20. Experience in installing and de-installing antennas, transmitters, equipment shelters and site huts 21. Other information that your company feels is pertinent to this RFI;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/2112HSCG44NDGPS/listing.html)
 
Record
SN02409897-W 20110327/110325234904-2d86e1de23add28c41b7532b0b54eedf (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.