Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2015 FBO #5112
SOURCES SOUGHT

20 -- Personal Locator Beacons (PLB’s) for the United Coast Guard (USCG).

Notice Date
11/20/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-16-I-MNQ027
 
Point of Contact
Gina V Canida, Phone: 2024753709, Scott A. Wood, Phone: (202) 475-3759
 
E-Mail Address
gina.v.canida@uscg.mil, Scott.A.Wood@uscg.mil
(gina.v.canida@uscg.mil, Scott.A.Wood@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Request for Information notice (RFI). For information regarding this acquisition, contact the Contracting Officials listed herein. All inquiries and submissions shall be in writing directly to the Contracting Officials ONLY. The Government does NOT intend to pay for information solicited in this RFI. The U.S. Coast Guard Office of Contract Operations, Formal Contracts Division III (CG-9123c) anticipates a need for the procurement of Personal Locator Beacons (PLB's) for the United Coast Guard (USCG). The desired PLB has the following salient requirements/characteristics: The device shall meet the specifications indicated in the Radio Technical Commission for Maritime Services (RTCM) standard RTCM 11010.2 for a Category 1, 406 MHz satellite personal locator beacon detailed in RTCM Paper 114-2008-SC110-STD dated 09 Jun 2014 with amendments 1-4. NOTE: With respect to language in the RTCM paper 114-2008-SC110-STD that indicate "Recommended," "Optional" or "Should," unless otherwise indicated, products proposed shall meet the stated standards. (Referenced document can be found at www.RTCM.ORG). The device shall: i. Be approved by the Federal Communications Commission (FCC) for sale in the ii. Be a Category 1, Class 1 PLB. iii. Be capable of the 406 MHz signal transmission as specified in the standard while the antenna is partially submerged in water. iv. Have integral internal Global Positioning System (GPS). v. Automatic Identification System (AIS) is an objective, but not a requirement. vi. Meet leakage/immersion standard of five meters. vii. Completely fit into an existing garment with the following pocket dimensions: 1 7/8 x 6 1/2 x 4 1/8 inches. viii. Have a piece of Hook Pile Tape attached that will not interfere with the operation of the device. The piece of Hook Pile Tape must be strong enough to attach to a helmet without falling off. ix. Have an attachment point that allows for the attachment of a 1/16" Diameter piece of nylon cord. The battery shall: i. Have a warranty of at least five years. ii. Have a battery that can be replaced after 5 years by the user with no special tools. If the PLB has a battery life timer it needs to be able to be reset by the user with no special tools, and then the PLB can be used for another 5 years with nothing else that needs to be done by the company or another sub contracted company. It is anticipated that this acquisition will be set aside 100% for small business under NAICS 334511 with the small business size standard being less than 750 employees. Small Business concerns are encouraged to respond and submit capabilities in sufficient detail to this RFI. Lack of small business responses may result in an unrestricted acquisition. Period of Performance: It is anticipated that a single award Firm Fixed-Requirements Contract will be awarded with one base year and four option periods to manufacture and deliver these PLB's. Place of Performance: At the prospective contractor's facility. The purpose of this RFI is to improve the understanding of Government requirements and industry capabilities. This allows potential offerors to judge whether or how they can satisfy the Government's requirements. Concerns having the expertise and required capabilities to provide the supplies described above are invited to submit complete information discussing the same no later than 11 December 2015, 4:00 pm (EST). Please respond by email to Scott.A.Wood@uscg.mil and Gina.V.Canida@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-16-I-MNQ027/listing.html)
 
Record
SN03951436-W 20151122/151120234236-e8dba29aeafd182d8ef100a7aaef8483 (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.