Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOLICITATION NOTICE

59 -- Chartplotter/radar/anemometer for Tug Cheraw - Package #1

Notice Date
2/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-12-T-0005
 
Archive Date
3/22/2012
 
Point of Contact
Cheryl A Michener, Phone: 716-879-4211, Jeffrey G. Ernest, Phone: 7168794173
 
E-Mail Address
cheryl.a.michener@usace.army.mil, jeffrey.g.ernest@usace.army.mil
(cheryl.a.michener@usace.army.mil, jeffrey.g.ernest@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation and bid sheet SCOPE OF WORK CHART PLOTTER, RADAR, AND ANEMONETER FOR TUG CHERAW CLEVELAND RESERVATION, CLEVELAND, OHIO Location of Delivery: Cleveland Reservation is located at 1035 East 9th Street, Cleveland, OH 44114. Equipment Requirements (Primary). • i. All work under this line item will be bid as a single lump sum, FOB the delivery location. However, bidders shall provide detail with their bid indicating the portion of the bid price allocated to each piece of equipment, labor for installation, and to freight. • ii. Furnish and install one Garmin GPSMAP 5215 or equal GPS Chartplotter. Chartplotter must have: •1. 15" diagonal color XGA touchscreen display •2. Waterproof •3. Pre-Loaded Bluechart g2 maps of US coast •4. Garmin Marine Network compatible • iii. Furnish and install one Garmin GMR 604 xHD or equal open array radar. Radar must have: •1. Pedestal for mounting •2. Minimum 4 ft array •3. Minimum 6kW transmit power •4. 24 and 48 rpm antenna sweep •5. Waterproof per IPX6 •6. Beam width - 1.8 degree horizontal; 25 degree vertical •7. Range: 72 nm maximum; 20 meter minimum •8. Garmin Marine Network compatible • iv. Furnish and install one Maretron WSO-100 or equal Anemometer. Anemometer requirements: •1. Pole and clamps as required for mounting on roof of pilothouse •2. Wind measurement by ultrasonic sensors •3. Capable of measuring •a. wind speed from 0.5 to 99.5 knots with.1 knot resolution and 5% accuracy, •b. wind direction +/- 5 degrees, •c. air temperature from -25 to 55 degrees C with 0.06 degree C resolution and 1 degree C accuracy •d. barometric pressure from 25 to 32 inches Hg with 0.03" Hg resolution and 0.1" Hg accuracy, and •e. relative humidity from 0-99% with 1% resolution and +/-4% accuracy •4. Certifications: •a. NMEA 2000 Level A •b. Maritime Navigation and Radio Communication Equipment & Systems IEC 61162-3 and IEC 60945 • v. Furnish and install NMEA 2000 cable and necessary connections and NEMA enclosures as required for installation and connection of other furnished equipment to existing shipboard systems. Supplier's Qualifications. The supplier shall provide the following information regarding the qualifications of the manufacturer and installer: • i. Statement certifying that the supplier has the ability to obtain maintenance and repair parts for the equipment. Performance Required. The equipment will meet or exceed all minimum requirements issued in this contract. Warranties. • i. A single source supplier's warranty shall be issued by the supplier for all equipment and installation as follows: 1 year parts and labor. Completion of Work. Completion of work shall include submittal and approval of product data. Acceptance of the equipment and attachments. Delivery shall be completed within 40 days from award of contract. Final Inspection. The work shall be inspected for conformance to the attached specifications. All damage to the specified finish shall be repaired per the manufacturer's recommendation or replaced in kind at the discretion of the government; repairs shall be to the satisfaction of the government. Any materials incorporated in the work that was delivered to the site damaged by re-handling, hoisting or otherwise delivery, handling, installation shall be immediately removed from the site and replaced at no additional cost to the government. QUALITY OF MATERIALS All materials, supplies, or articles required for work shall be standard products of reputable manufacturers and entirely suitable for the intended work. All materials shall be new and unused and will be subject to the approval of the Contracting Officer. RISKS AND LIABILITIES The supplier shall assume all risks in connection with performance and delivery of the work and shall be liable for and hold the Government harmless from any and all damages to persons and properties. WORK HOURS Delivery must be performed within the hours of 0700 to 1530 on Monday through Friday. Work done outside these hours must be agreed upon before hand. SEE ATTCHED SOLICITATION FOR BID SCHEDULE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-12-T-0005/listing.html)
 
Place of Performance
Address: 1035 East 9th Street, Cleveland, Ohio, 44114, United States
Zip Code: 44114
 
Record
SN02682755-W 20120226/120224235137-6185a94ba468989adc6b2b6eba9d330d (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.