Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1999 PSA#2420

Department of Transportation, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001

20 -- 20 -- TRANSPONDERS FOR AIS TESTING IN THE PORT OF NEW ORLEANS!! SOL DTCG23-99-R-AVT081 DUE 100699 POC Thomas Brust, Contracting Officer, Phone (202) 267-6450, Fax (202) 267-4019, Email tbrust@comdt.uscg.mil -- Thomas Brust, Contracting Officer, Phone (202) 267-6450, Fax (202) 267-4019, Email tbrust@comdt.uscg.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=DTCG23-99-R-A VT081&LocID=14. E-MAIL: Thomas Brust, tbrust@comdt.uscg.mil. From Subject Received Mack, Carrie CBD Notice Wed 8/25/99 1:02 PM This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTCG23-99-R-AVT081, and is issued as a request for proposal (RFP). The document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. The standard industrial classification code is 3812 and the small business size standard is 750. The US Coast Guard Vessel Traffic Services Project plans to purchase up to three transponders each from multiple vendors, to demonstrate the capabilities of selected items of the ITU-R M.1371 Universal Automatic Identification System (AIS) transponders, in the Port of New Orleans. The units can be a mix of type 1 (transportable) or type 2 (fixed), or all of the same type. The transponder of either type 1 or 2 must be delivered fully complete, including a display and have the ability to operate on 110 volt AC power and be ready for use. The offeror shall provide five copies (total) of technical instruction manual for each transponder unit. The transponder shall have the capability to perform selected items of ITU-R-M.1371 as follows: a) Ship to ship operation with information passed from one transponder to another transponder of the same manufacturer; b) Display own ship's icon, position, identity, speed and course on own display and display of other transponder of the same manufacturer; c) 12.5 kHz and/or 25 kHz operation; d) Operate on VHF maritime radio frequency band (156-174 MHz); e) dGPS operation; f) Display electronic chart of the Lower Mississippi River VTSA. The USCG will provide Lower Mississippi River VTSA chart data upon request. The contractor is responsible for assuring that the delivered transponders contain all electronic charts for the Lower Mississippi River VTSA.; g) Text messaging from one transponder to another transponder; h) Automatic and continuous position reporting/information update based on speed and course as follows: Ship anchored -- 3 minutes; Ship 0-14 knots -- 12 seconds; Ship 0-14 knots and changing course -- 4 seconds; Ship 14-23 knots -- 6 seconds; Ship 14-23 knots and changing course -- 2 seconds; Ship > 23 knots -- 3 seconds; Ship > 23 knots and changing course -- 2 seconds. Note: It should be noted that due to interference in the Lower Mississippi River area, the following receiver capability is required: A minimum receiver sensitivity of -107 dBm (the desired signal) in the presence of multiple undesired signals as follows: one in-band undesired signal (on the high side of the band) at a signal level of -15 dBm and multiple undesired signals (two or more, anywhere in the band, such that these signals may have second order intermodulation products on-frequency with the desired signal) at signal levels of -27 dBm. The US Coast Guard will conduct a demonstration and each contractor will be required to provide one technical staff employee in New Orleans, LA to support this activity. Approximately three days of travel is anticipated. Offerors are to propose the cost of the technical employee and travel, to include airfare, hotel, per diem and transportation, as part of there response to this solicitation. Transponder units are to be delivered to New Orleans, LA (address provided on subsequent delivery order(s)). Delivery date is not later than 120 days after placement of delivery order(s). The following FAR provisions are incorporated by reference: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items -- The following factors shall be used to evaluate offerors: Technical capability of the service offered to meet the Government requirement; price and past performance (provide references for past Government contracts, or similar work within the past three years; must be submitted with offer); 52.212-3, Offeror Representations and Certifications-Commercial Items (must be submitted with offer); 52.212-4, Contract Terms and Conditions-Commercial Items, the following terms and conditions are added as an addendum to this clause: Invoice -- the Contractor is required to submit invoices which contain all of the information specified in FAR Clause 52.232-25, Prompt Payment. A DD Form 250 may be used as an invoice provided it includes all information in Clause 52.232-25. The original and two copies of the invoice shall be submitted to the following address: Commandant (G-ACS-4/CLM/5208), US Coast Guard Headquarters, 2100 Second Street, SW, Washington, DC 20593-0001, M/F: Invoice for Contract No. (to be added at time of award). Failure to provide the required information shall be cause for rejection of the invoice.; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; 52.247-34, F.O.B. Destination. The following FAR provisions apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.204-6, Data Universal Numbering Systems (DUNS) Number (if applicable). The US Coast Guard intends to enter into a firm-fixed price contract. The Government will make multiple awards resulting from this solicitation, to the responsible offerors, whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The Government reserves the right to determine the number of awardees after proposals have been received. Offers are due to the Contracting Officer by 2:00 PM EDT October 6, 1999, at the following address: Commandant (G-ACS-4/CLM/5208), US Coast Guard Headquarters, 2100 Second Street, SW, Washington, DC 20593-0001. For information call Carrie Mack at (202) 267-6115.***** Posted 08/25/99 (D-SN372435). (0237)

Loren Data Corp. http://www.ld.com (SYN# 0217 19990827\20-0002.SOL)


20 - Ships and Marine Equipment Index Page