Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
MODIFICATION

58 -- The Department of Homeland Security, U.S. Coast Guard (USCG), Command, Control, and Communications Engineering Center (C3CEN) is soliciting information on commercially available Dual Axis Doppler Speed Log systems (DSL). - Enclosure 1 Doppler Speed Log Specification

Notice Date
4/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
HSCG44-16-R-RFI0003
 
Archive Date
5/10/2016
 
Point of Contact
Katherine Marie Kearney, Phone: 7572952280
 
E-Mail Address
katherine.m.kearney@uscg.mil
(katherine.m.kearney@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Updates the Specifications to remove comments Request for Information Commercially Available Commercial-Off-The Shelf (COTS) Dual Axis Doppler Speed Log for Use on U.S. Coast Guard Boats and Cutters HSCG44-16-R-RFI0003 Disclaimer and Important Notes: This posting is a Request for Information (RFI) from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Proposals or a Request for Quotations, and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this RFI. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, do not request a copy of the solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Requirement: The Department of Homeland Security, U.S. Coast Guard (USCG), Command, Control, and Communications Engineering Center (C3CEN) is soliciting information on commercially available Dual Axis Doppler Speed Log systems (DSL). This procurement requirement is projected to be installed on approximately 222 vessels. The Doppler Speed Log will operate on multiple ship types (87 feet and larger in length) and will support Coast Guard missions at any geographic locations including the high seas, near shore, harbors, inter-coastal areas and open ocean. USCG desires to maintain existing Gate Valve through hull size where possible to limit engineering changes to ship's hull. Doppler Speed log will interface with installed electronics equipment including Command Control (C2) and Electronic Charting Navigation (ECDIS) systems. A cross platform Doppler Speed Log consisting of standardized components will aid in logistical management, user and maintainer training and support efficiency. Doppler Speed log will support all missions performed by Coast Guard surface assets to include: • Port, Waterways, and Coastal Security • Search and Rescue • Drug Interdiction • Migrant Interdiction • Living Marine Resources • Other Law Enforcement • Marine Safety • Marine Environmental Protection • Defense Readiness The proposed system requirements for the Dual Axis Doppler Speed log are detailed in the DRAFT Specifications (Attachment 1). DRAFT specifications are being posted to allow prospective offerors to review and provide comments regarding its feasibility. The NAICS Code for this solicitation is 334511 Speed Log Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Contractors doing business with the Government are required to register in the System for Award Management (SAM) database before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM/. Submission of Information: Interested parties are encouraged to submit a response which supports the company's claim that it presently has the technology, qualifications, experience, and capabilities to satisfy the requirements. If there are areas in the system requirements that your company can not meet, please identify those areas in your response along with the details of why it does not meet the requirements. The proposed system requirements for the scalable integrated navigation system are detailed in the DRAFT Specifications. For those areas that the company cannot meet the specified government requirements, the company will define their capabilities and provide amplifying information as to why they cannot meet the government's request. The Coast Guard's requirement may be refined based on knowledge gained from RFI submissions. Specifically, any interested parties are requested to provide the following information: 1. Name of Company and DUNS number 2. Point of contact and phone number 3. Size of Business according to North American Industry Classification System (NAICS) Code 334511. 4. Positive statement of your interest in this procurement as a prime contractor 5. Description of your product that might fill this requirement: a. What type of products do you offer that might fill this requirement? (Describe system capabilities & performance, environmental specifications, physical dimensions, power requirements, and remote communications capabilities. Information regarding scalability of the system for use on small to large platforms must be included.) b. Do you have a proposed upgrade to existing devices and/or propose Form/Fit/Function next-generation devices? Is so what are the life cycles? c. What is the expected Mean Time Between Failures (MTBF) for each component of your proposed solution? d. Do you offer these products commercially? (Is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?) e. Do you offer a commercial product that could be modified to fulfill this need? f. Do you believe there is a better method of fulfilling this requirement? If so, provide an alternative solution. g. Do you offer quantity or other discounts to your customers? h. What are your warranty terms, if any? What is your standard warranty practice? Can you offer an innovative warranty approach that would cover the lag time from delivery and the actual installation of the components? i. Provide information for any additional charges for special packing and packaging? j. Do you have a commercial catalog for a related group of products or services? k. What is your average delivery lead time for this type of product? l. Do you expect to offer a new product or service sometime in the future that might affect this requirement? m. Do you provide spare part kits? (If so, can you identify the single points of failure and the price associated with these items) n. Do you provide operation and maintenance training? o. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item. p. Existing technical documentation and brochures are welcome as attachments as well as product catalogs and price lists. q. A "commented" version of the DRAFT Specifications (Attachment 1) may be returned as an attachment. r. Solutions/approaches not specifically conforming to the Coast Guard's current requirement may be submitted (i.e. Does your company have a better way of meeting our requirement?). s. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data) t. Provide description of any built in test feature, a flow chart of the system analysis, and a list of the circuit card or assembly level bit resolution. u. What is your commercial practice for Software and Hardware upgrades? Is there an additional cost to the consumer for firmware upgrades? v. What is your commercial practice for Technical Support? w. What is your operational life cycle? Repairable life cycle? x. Commercial practices for provisioning technical data and installation drawings. y. Does your product support IEC 61162-450 (support for Ethernet)? z. Would you be willing to build an adaptor to mount the purposed transducer to existing 8" gate valve? The 8" valve size is the most prevalent on current USCG ship installations. How does industry typically handle replacement of a DSL on an existing ship? Does the customer take responsibility for differences in the existing gate valve and the new one? aa. What is the data output refresh rate typically used in your product? bb. Does your product provide depth capabilities? If so to what maximum depth? cc. Was a human-centric design methodology utilized in the creation of your user interfaces, if so please describe. dd. Please list any human design standards that have been applied during the design of your user interfaces? ee. Describe the use of models, mockups, or other tools in the design of your user interfaces? ff. Describe how you have used actual users in the design of your user interfaces? gg. Describe any user testing that has been accomplished in the design of your user interfaces? hh. Have you validated the proposed training with user testing, if so please describe? How has user input influenced the design of your user interfaces? All comments/questions/concerns are encouraged and should be sent in writing to the Contract Specialist, Katherine Kearney, at Katherine.M.Kearney@uscg.mil. Upon receiving feedback, the Coast Guard will assess all input and its impact on the development of the final specifications. Responses must be no longer than fifteen pages in length. Technical documentation, brochures, and/or a "commented" version of the DRAFT Specifications (Attachment 1) if included, do not count in the fifteen page maximum. Submit your response by 2:00 PM EST on April 25, 2016 to the Contract Specialist, Katherine Kearney, via email at Katherine.M.Kearney@uscg.mil. Any questions regarding this RFI may be referred to Ms. Kearney via e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c72ae7bca698ef9d494749d3f8943dfc)
 
Record
SN04085313-W 20160417/160415234027-c72ae7bca698ef9d494749d3f8943dfc (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.