Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1999 PSA#2486

Department of Transportation, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command -- Atlantic, 300 East Main Street, Suite 965, Norfolk, VA, 23510-9113

R -- MAINTENANCE AND TECHNICAL SUPPORT FOR NATIONWIDE DIFFERENTIAL GLOBAL POSITIONING SYSTEM SOL Reference-Number-MLCA-NDGPS-01 POC Jeanie Thorne, Contract Specialist, Phone 757-628-4109, Fax 757-628-4134, Email jthorne@mlca.uscg.mil -- Wanda Cortesini, Contracting Officer, Phone 757-628-4125, Fax 757-628-4134, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=Reference-Num ber-MLCA-NDGPS-01&LocID=496. E-MAIL: Jeanie Thorne, jthorne@mlca.uscg.mil. The United States Coast Guard Maintenance and Logistics Command Atlantic, Norfolk, VA is seeking interested sources to provide a wide range of technical and facility support services necessary to maintain the Nationwide Differential Global Positioning System (NDGPS). The planned NDGPS network will provide precision navigation coverage throughout the continental United States and Alaska and will consist of approximately 81 geographically dispersed sites. Eight NDGPS sites are currently operational with the remainder planned for construction / conversion by 2004. The Coast Guard also plans future integration of the existing network of Maritime Differential Global Positioning (MDGPS) sites into the _Nationwide_ system for a total of approximately 135 sites. Services required to maintain the NDGPS network at a 99.7 percent operational availability will include a 7x24x365 call center for casualty reporting and response, preventative and corrective electronic maintenance for medium frequency radio transmitters, GPS reference receivers, integrity monitors, antennas, couplers, and towers. Services to maintain auxiliary support systems at NDGPS sites are also anticipated. These include maintenance and support for emergency power generators, fuel cells, batteries, lighting, air conditioning, ventilation systems, grounding, safety and protection systems, sensors, and remote monitoring equipment and some incidental facilities and grounds maintenance to include mowing, vegetation control, weeding, fence and gate maintenance, access road maintenance, snow removal, and site security. Typical NDGPS sites are being constructed at former USAF Ground Wave Emergency Network (GWEN) sites and selected new locations throughout the United States. An average site occupies approximately 11 acres of real estate -- primarily in rural areas. The typical NDGPS site will have three equipment shelters, miscellaneous support equipment, fire and security sensors, and safety equipment. The primary equipment suite consists of the following items: medium frequency transmitter, antenna coupler and 300_ top-loaded guyed transmitting antenna; two GPS reference station receivers with antennas; two DGPS integrity monitor receivers with antennas; GPS antenna masts (10_ to 30_ tall); remote monitoring equipment and sensors; data router and modems; UPS and battery back-up components; emergency diesel generator, integrated fuel cell, and power transfer panel. Security clearances will be necessary for a contractor to perform work under any future contract for the NDGPS system maintenance. The Coast Guard is currently in the process of developing specific requirements for this maintenance program. As of yet the type of contract has not been decided although it is anticipated that some of the maintenance may be fixed price and other work may be performed on a time and material or cost reimbursement basis. The Coast Guard envisions the future contractor(s) having an intricate network of technicians dispersed in selected localities that could respond to acasualty within a few hours as dispatched from its central 800 call center. Vendors should have experience with maintenance and repair of similar equipment as will be required in any potential future solicitation. No solicitation for this requirement exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released, it will be synopsized on the Government Electronic Posting System at www.eps.gov and in the CBD. It is the potential offeror's responsibility to monitor these cites for release of any future solicitation or synopsis. Vendors having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought synopsis including commercial market information and company information via e-mail to the Contract Specialist at jthorne@mlca.uscg.mil. Responses should include the following information: company name, address, point of contact and phone number; business size and disadvantaged, 8(a) or HUBZone status; corporate affiliations; potential joint venture partners, teaming partners, and or major subcontractors or (prime). All relevant input is encouraged. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited; no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriate for this procurement. Posted 11/29/99 (D-SN404153). (0333)

Loren Data Corp. http://www.ld.com (SYN# 0059 19991201\R-0013.SOL)


R - Professional, Administrative and Management Support Services Index Page