Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOURCES SOUGHT

58 -- 70Z04918RFI000016 - SOW Attachment 1 - Draft SOW

Notice Date
2/1/2018
 
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), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
70Z04918RFI000016
 
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
Draft Statement of work Attachment 2 to statement of work Attachment 1 to SOW Request for Information for Electronic Navigational Charts Produced on CD-ROM Format for Use on U.S. Coast Guard Boats and Cutters 70Z04918RFI000016 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: United States Coast Guard (USCG) vessels require updated electronic charts in ELECTRONIC NAUTICAL CHARTS (ENC) and RASTER NAUTICAL CHARTS (RNC) format for their areas of operation, which includes U.S., Canadian, Latin American, and Caribbean waters, as well as other select areas. The Electronic Charts provide source data to Coast Guard Command and Control Systems which are critical to the direct fulfillment of military and intelligence missions, as well as safe navigation. The primary system supported is the Coast Guards Electronic Chart Display and Information System (ECDIS) as well as secondary systems such as the Coast Guard Electronic Chart System (CG-ECS) and TRANSAS. Most electronic navigational charts for the U.S. waters are available from the National Oceanic and Atmospheric Administration (NOAA), National Geospatial Intelligence Agency (NGA) or the US Army Corps of Engineers (USACE). Charts for non-U.S. waters will need to be acquired from or produced on the authority of various International Hydrographic Offices such as the United Kingdom Hydrographic Office (UKHO). To support this requirement, the Coast Guard is seeking monthly distribution of updated charts for these geographic areas, delivered on CD-ROM at set intervals and times, to USCG vessels for use with their navigation systems. The Coast Guard's goal is to ensure that USCG vessels are provided with the most current and up-to-date electronic navigational charts available. By utilizing the services of a commercial contractor who is familiar with both International and United States electronic charting standards, the Coast Guard believes it can more effectively and efficiently provide updated navigational charts to USCG vessels and overcome inconsistencies that can occur from the constant changing of personnel and the broad range of computer skills. The NAICS Code for this RFI is 334511 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 by searching "System for Award Management." 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 statement of work (SOW) 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. 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 is 334511. 4. Positive statement of your interest in this procurement as the prime contractor 5. Description of your product that might fill this requirement: a. 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?) b. Do you offer a commercial product that could be modified to fulfill this need? c. Do you believe there is a better method of fulfilling this requirement? If so, provide an alternative solution. d. Do you offer quantity or other discounts to your customers? e. Provide information for any additional charges for special packing and packaging? f. Do you have a commercial catalog for a related group of products or services? g. What is your average delivery lead time for this type of product? h. Do you expect to offer a new product or service sometime in the future that might affect this requirement? i. Do you provide operation and maintenance training? j. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item. k. Existing technical documentation and brochures are welcome as attachments as well as product catalogs and price lists. l. 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?). m. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data) n. What is your commercial practice for Technical Support? 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 statement of work. Responses must be no longer than fifteen pages in length. Technical documentation, brochures, and/or a "commented" version of the DRAFT SOW (Attachment 1) if included, do not count in the fifteen page maximum. Submit your response by 12:00 PM EST on February 14, 2018 to the Contract Specialist, Katherine Kearney, at Katherine.M.Kearney@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8be7a4ae8d5dd0c908a3915fd832854d)
 
Place of Performance
Address: Contractors facility, United States
 
Record
SN04807206-W 20180203/180201231648-8be7a4ae8d5dd0c908a3915fd832854d (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.