SOURCES SOUGHT
T -- ENC and RNC E-Charts - Statment of Work - Chart Boat Listing Spreadsheet
- Notice Date
- 2/12/2013
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander, USCG Telecommunication & Information Systems Command, 7323 Telegraph Road, Alexandria, Virginia, 22315-3940, United States
- ZIP Code
- 22315-3940
- Solicitation Number
- HSCG79-13-R-MLB610
- Archive Date
- 3/7/2013
- Point of Contact
- Thomas W. Howcroft, Phone: 703-313-5460, Mark Brady, Phone: 703-313-4680
- E-Mail Address
-
thowcroft@tiscom.uscg.mil, mark.l.brady@uscg.mil
(thowcroft@tiscom.uscg.mil, mark.l.brady@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2 - Chart Boat Listing Spreadsheet Attachment 1 - Statemtent of Work. The United States Coast Guard is seeking interested vendors in providing up-to-date ENCs and RNCs for world-wide navigation that are compatible with the Furuno VX-1, VX-2, and NAVNET 3D Multi Function Displays. These Multi Function Displays are standard equipment on Coast Guard Boats not assigned to cutters. The attached Statement of Work(SOW) (attachment 1) and chart boat listing spreadsheet (attachment 2) specifies the requirements necessary for the content, update frequency, and distribution of electronic charts (eCharts) on Chart Cards compatible with the Furuno VX-1, VX-2, and NAVNET 3D Multi Function Navigation Displays. The period of performance is anticipated to be for 12 months with an expected start date of March 2013. The applicable North American Industrial Classification Code (NAICS) is 541370, Surveying and Mapping (except Geophysical) Services. The Small Business size standard is $4.5M. Note: A set-aside determination has not yet been made. All responsible sources are requested to submit the following: Point of contact, address, phone number, fax number and e-mail address. Interested parties should submit a brief description of their capabilities to meet the requirements (ability to provide product for one year) along with identifying their business size. The business size shall include any applicable preference program (i.e. 8a, HUBZone, Disadvantaged, Service Disabled Veteran Owned, small business). Interested parties should provide proof of their capabilities to provide these products by providing a copy of their most recent price list. Responses are requested by 20 February 2013 and may be submitted via email to mark.l.brady@uscg.mil. Please address all request, comments, and questions to Mr. Mark Brady, Contracting Specialist, (703) 313-4680. THIS IS NOT A REQUEST FOR PROPOSALS. This announcement is to gain industry information in the development of the acquisition plan and in no way obligates the government. No other sources sought notice will be provided. Competition and set-aside decisions shall be based on the results of this market research. No solicitation exists at this time; therefore, please do not request a copy of the solicitation. This notice is for market research purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/CISCUSCGISC/HSCG79-13-R-MLB610/listing.html)
- Place of Performance
- Address: The primary place of performance will be the Contractor’s facilities., United States
- Record
- SN02986017-W 20130214/130212234907-af5c35ea296453849b06f32dc957b905 (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 |