Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2012 FBO #3828
SOLICITATION NOTICE

58 -- U.S. Coast Guard Large Cutter Ku Band System - Full Text Combined Synopsis/Solicitation HSCG79-12-R-T10009

Notice Date
5/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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, United States
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG79-12-R-T10009
 
Archive Date
6/20/2012
 
Point of Contact
Cherish D Driver, Phone: 703-313-5382, Bruce D Eades, Phone: 703-313-5433
 
E-Mail Address
cherish.d.driver@uscg.mil, bruce.d.eades@uscg.mil
(cherish.d.driver@uscg.mil, bruce.d.eades@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 5 - DHS Enterprise Architecture Technical Reference Model Attachment 4 - Non Disclosure Agreement (NDA) Attachment 3 - DHS Management Directive 11042.1 Attachment 2 - LCC Ku Band System CLIN Structure - Pricing Sheet Attachment 1 - US Coast Guard Ku Band System Statement of Work (SOW) Full Text Combined Synopsis/Solicitation for US Coast Guard Ku Band System - HSCG79-12-R-T10009 This is a combined synopsis/solicitation for brand name or equal commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), solicitation number HSCG79-12-R-T10009, in accordance with FAR Parts 12 & 13, for Underway Cutter Connectivity upgrades for Large Cutters to include iDirect-based or equivalent Ku Band terminal equipment for up to 40 U.S. Coast Guard cutters. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, Effective 18 April 2012. The North American Industrial Classification System (NAICS) number is 334220 and the business size standard is 750 employees. The proposed acquisition is 100% reserved for small businesses. Women owned, service disabled veteran owned small businesses, and disadvantaged small businesses are encouraged to submit proposals. A five-year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract will be awarded to one (1) small business company. Individual Delivery Orders (DO) will be issued upon award of the IDIQ Contract as Firm-Fixed Price Delivery Orders. The Indefinite Delivery/Indefinite Quantity (IDIQ) Contract Statement of Work (SOW) is hereby attached as a separate document (Attachment 1) for all products/services to be provided under this requirement. Product or Service Description: The purpose of this contract is to obtain iDirect-based or equivalent Ku Band terminal equipment for up to 40 U.S. Coast Guard cutters in accordance with the SOW. This equipment will be used as part of a Ku band maritime data communications system. The contractor shall ship equipment to Coast Guard cutter installation sites. In general, installations will occur at cutter home ports. Section 2 of the SOW provides a representative listing of cutter home ports. All home ports are located within the United States (including Alaska and Hawaii). The Ku band vendor shall provide on-site technical assistance during system installations as directed by the Government. The government anticipates requiring contractor on-site technical assistance for first article installations and possibly for one production installations for each class of cutter. The Ku band equipment shall have a two-year standard warranty. In addition, the government requests pricing for two optional approaches for post-warranty support: Optional Service Plan. If directed by the government the contractor shall provide an option to extend the two-year equipment warranty in annual increments. The contractor shall provide a daily pro-rated price for this warranty extension to enable the government to align all warranty renewals to a single date. Repair and Return Service: If directed by the Government, the contractor shall provide post-warranty repair/replacement service and shall maintain an inventory of government-purchased spare equipment to be used in support of the fielded equipment. This effort will include requirements for Government First Article Testing. E.4 RFP Questions All questions shall be submitted in writing to Ms. Cherish Driver at Cherish.D.Driver@uscg.mil on or before May 25, 2012. If an offeror does not submit their question on or before May 25, 2012 they run the risk that their question(s) may not be answered. E.5 Offer Due Date and Offeror Submission Address It is the offeror's responsibility to ensure their offer is received (in total) by the proposal closing DUE DATE OF June 5, 2012 by 2 PM Eastern Daylight Time. Offerors are hereby notified that if your proposal is not received by the date, time and location specified (see below) in this announcement, it will not be considered. All proposals shall be submitted in sufficient time to ensure it reaches the Contracting Officer prior to the deadline of June 5, 2012. Please note: the reliance of using regular mail or Federal Express may cause "unexcusable" delays due to the DHS mail delivery system." Proposal shall be mailed/hand-delivered or emailed to the following address: DIRECTOR ATTN: CHERISH DRIVER/SENIOR CONTRACT SPECIALIST/CG-C4IT U.S. COAST GUARD 7323 TELEGRAPH ROAD STOP 7340 ALEXANDRIA VA 22315 Email Address: Cherish.D.Driver@uscg.mil See separately attached full text Combined Synopsis/Solicitation HSCG79-12-R-T10009 and all attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG79-12-R-T10009/listing.html)
 
Place of Performance
Address: CG-C4IT SC TISCOM, 7323 Telegraph Road, Alexandria VA 22315, Alexandria, Virginia, 22315, United States
Zip Code: 22315
 
Record
SN02749857-W 20120518/120517000243-c91f7fb4d536f41e62a85d137c77d814 (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.