|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,1998 PSA#2009Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second Street
SW., Washington, DC 20593-0001 D -- MARITIME VHF VOICE AND AIS DATA COMMUNICATIONS SERVICES SOL
DTCG23-98-R-AVT025 POC Contracting Officer: Brenda Peterson, Ph: (202)
267-2048 The Coast Guard has a requirement for the lease of dedicated
Very High Frequency (VHF) voice and dedicated Automated Identification
System (AIS) data communication services in the maritime band for up
to five years for the Ports and Waterways Safety System (PAWSS) project
Vessel Traffic Service (VTS) in the lower Mississippi River Vessel
Traffic Service Area (VTSA), including the navigable waters of the
Mississippi River from 20 miles seaward of the mouth of the river to 20
miles above Baton Rouge, LA between the river levees. The contractor
must be capable of providing all communication services to meet the
Coast Guard requirements by contract award, anticipated to be in March
1998. The VTS system will be installed under separate contract by a
System Integration Contractor (SIC). The VTS system will be implemented
and tested by the U.S. Coast Guard in two phases, beginning in June
1998, before becoming operational. In Phase 1, a VTS baseline system
will be installed at the Gretna Light Facility for Limited
Developmental Test and Evaluation (DT&E) testing. In Phase 2, the
system will be transitioned to a Vessel Traffic Center (VTC) in New
Orleans for complete VTS system end-to-end DT&E followed by U.S. Coast
Guard Operational Test and Evaluation (OT&E). The contractor shall
provide both dedicated VHF voice and AIS data communications services
to support all tests and operational deployment of the VTS system.
Service support shall be provided via a completely integrated VHF/AIS
communications network, including all facilities, equipment and network
integration necessary to control the services from the VTC.
Communications services shall provide seamless, uninterrupted voice and
AIS data coverage of the VTSA and shall include training, interface and
operational manuals, maintenance to meet availability requirements, and
on-call consultant services. The contractor shall be responsible for
selection and provision of voice and AIS working frequencies and shall
obtain all FCC and other licenses and/or required approvals of
frequencies. The contractor shall provide two dedicated duplex AIS
working frequencies. Both 25 kHz and 12 kHz channels are acceptable for
the VHF/AIS data frequencies. The contractor shall provide voice grade
communications services between remote sites and the VTC for
maintenance and performance monitoring purposes. The contractor shall
use standardized interfaces for connections in accordance with NEMA
0183, version 2.20, and/or IEC 1162. The contractor shall control the
AIS data communications system to be compatible with Document 8/1015-E,
Draft Revision of Recommendation ITU-R M.825-1 (to be formally
published as ITU-R M.825.2). The contractor shall provide data and
control capabilities which are compatible with the "System
Specification for the Vessel Traffic Services System" requirements to
be procured under a separate contract. (For additional information on
the VTS project visit the web site at:
http://www.dot.gov/dotinfo/uscg/hq/g-a/pawss/home.htm.) The contractor
shall provide at the VTC, a means of checking and monitoring the
status of the communications services. These services must be capable
of surviving the environmental conditions of the lower Mississippi
River area with a high degree of reliability. The communications system
and VTS shall operate 7 days a week, 24 hours a day, 365 days a year,
with an availability of 99.75 percent. The contractor shall provide
training, including live demonstration of the communications services,
and training materials. The contractor shall provide technical and
operational manuals, including network diagrams, for the communications
services. The contractor shall provide on-call consultant services to
assist in the installation, test and evaluation of the SIC VTS system
at Gretna Light and at the subsequent VTC. All communications services
provided to fulfill this requirement must be Year 2000 compliant. All
interested parties must submit a Technical Capabilities Statement that
describes in detail their qualifications, capabilities, and previous
experience relevant to fulfilling the above requirement. In particular,
the Technical Capability Statement must include the interested parties'
commercially available charts that detail existing coverage, including
site locations and links to remote sites, and evidence of the
compatibility of the communications services and associated equipment
with Document 8/1015-E, Draft Revision of Recommendation ITU-R M.825-1.
This notice is not a solicitation nor is a formal Request for Proposal
available. In the absence of responses from firms that believe they
have the capability to perform this requirement, the U.S. Coast Guard
intends to negotiate with Maritel Corporation, Gulfport, MS, for the
services described pursuant to FAR 6.302-1(a)(2)(iii)(B). No other
notice will be published until award is made. All correspondence should
be addressed to: Commandant (G-ACS-4/BP), 2100 Second Street SW,
Washington, DC 20593-0001. Numbered Note 22 applies. The Department of
Transportation (DOT) Office of Small and Disadvantaged Business
Utilization has programs to assist minority, women-owned and
disadvantaged business enterprises to acquire short-term working
capital and bonding assistance for transportation-related contracts.
Loans are available under the DOT Short Term Lending Program (STLP) at
prime rates up to $500,000 per contract to provide accounts receivable
financing. The DOT Bonding Assistance Program enables firms to apply
for bid, performance and payment bonds up to $500,000 per contract. DOT
provides an 80 percent guaranty on the bond amount to a surety against
losses. For further information and applicable forms concerning the
STLP and Bonding Assistance Program, please call (800) 532-1169.
However, small business sources should submit information listed in
numbered Note 25.***** (0008) Loren Data Corp. http://www.ld.com (SYN# 0027 19980112\D-0006.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|