|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 3,2000 PSA#2507Commander (FCP), USCG MLC (Pacific), Finance Division, Coast Guard
Island, Alameda, CA 94501-5100 58 -- VHF-FM RADIO DIRECTION FINDING SYSTEMS SOL DTCG89-00-Q-65D001
DUE 012000 POC Contact Robert Townsend, Contracting Officer
510/437-3009 E-MAIL: click here to contact the contracting officer via,
rtownsend@d11.uscg.mil. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Subpart 12.6
of the Federal Acquisition Regulation, as supplemented with additional
information included in this notice. This announcement constitutes the
only request for quotations (RFQ); quotes are being requested and a
written RFQ will not be issued. The RFQ number is DTCG89-00-Q-65D001
and incorporates provisions and clauses in effect through Federal
Acquisition Circular 97-14. This acquisition is set aside for Small
Business under SIC Code 3663 with a size standard of 750 employees. The
resultant contract type will be firm-fixed price. 1. a. The scope of
work is for the manufacture and delivery of radio direction finding
(DF) systems capable of targeting maritime VHF-FM radio transmissions
to aid the Coast Guard (CG) in performing search and rescue operations
and in identifying hoax calls. The systems shall be comprised of
multiple remote units, spread throughout a geographic region, which
sendline-of-bearing (LOB) data to a personal computer (PC) at a CG
Operations Center (OPCEN). At the OPCEN, the PC shall enable an
operator to observe LOB data on a chart-based computer graphic display.
The LOB data shall then be archived automatically by the PC for rapid
retrieval in graphic or text format. b. The DF systems shall already be
commercially available. c. Each DF system shall consist of four (4)
radio DF antennas, four (4) processors, serial expander, and software.
The CG will mount the antennas on CG radio/radar towers. The CG will
place each processor in an equipment shack and link it to the OPCEN by
either a leased-telephone line or existing CG owned T1, fiber, and/or
microwave link. Modems and interface/multiplex cards compatible with
the DF processor will be provided by the CG. At the CG OPCEN, all
remote unit lines shall converge into a data serial expander, which
feeds all LOB data into a CG provided PC. The contractor provided DF
software installed by the CG in the PC shall allow the operator to
control the following remote DF processor functions: frequency and mode
selection, calibration, set SNR threshold, and power reset. d.
Forty-six (46) DF antennas with the necessary mounting hardware, each
with transmission cables at least 200ft long to reach from the antenna
to the processor, are required. CG also requires forty-six (46) DF
processors, each with the necessary mounting hardware, VHF receivers,
serial line expanders to the PC, as well as nine (9) DF software
packages. Written installation and operating instructions shall be
included for all system components. e. CG will provide modems and
interface/multiplex cards for the DF system to integrate into the CG
data communications network. CG will also perform antenna and
link-connectivity installations, and will provide the PCs for the DF
software. f. All components of the DF system provided by the contractor
shall have a one-year full replacement warranty. 2. The following are
the minimum requirements for the desired DF system: a. Omni-directional
VHF-FM Radio Direction Finding Antennas; Frequency Range: 125-175 MHz;
Antenna Gain: Unity; Dimensions: shall not exceed 40 inches in
diameter, 40 inches in height; Weight: up to 15 lbs.; Building
Materials: Corrosion Resistant; Mounting Hardware: Corrosion Resistant;
Connections: Coaxial cable to processor; Operating Temperature: -20 to
70 degrees Celsius; Environmental Conditions: shall be able to
withstand exposure to precipitation, icing, and winds up to 100 MPH;
Written installation instructions. b. Radio Direction Finding
Processor; Processor Operation: Local and remote capability; RF
Operating Frequency: 125-175 MHz; Accuracy: shall be capable of up to
2 degrees LOB error; Sensitivity: shall be capable of up to 130 dB;
Power Requirement: 11 to 14 VDC; Operating Temperature: 0 to 50 degrees
Celsius; Bearing Display: Ring of Lights or LED compass rose; Audio
Output: volume-adjustable to 0.5W output; Dimensions: shall be up to 30
inches wide, 6 inches high, and 16 inches deep, rack mountable; Weight:
shall be up to 20 lbs.; Serial Interface: RS232 and/or CIV ports; Data
Link Connection: RS232 connection link to a modem or interface card;
Environmental Conditions: Enclosed indoors; VHF Receiver: Frequency
range of 125-175 MHz, minimum of six programmable channels.
Remote-control compatible with DF software; Written set-up and
operating instructions. c. Serial Expander; Connection: a minimum of
three (3) remote site links into a PC port. d. Radio Direction Finding
Software; Operating System: Win 95, 98, NT 4.0 or higher; Format:
CD-ROM or 3.5" diskettes; Shall have real-time DF processor control;
Shall have real-time LOB data acquisition and post-facto data retrieval
in electronic form; Supports data radio or line links for control;
Programmable up to at least six (6) channels in the 125-175 MHz range;
Graphically displays LOB data from remote sites onto digital maps with
latitude and longitude axes; Software shall support imported digital
maps from nautical and/or topographic charts on CD-ROM; Written
installation and operating instructions. Shipping: All items shall be
delivered F.O.B. destination within 90 calendar days after contract
award; four (4) complete systems are required within sixty (60)
calendar days, remainder within ninety (90) days after contract award.
Shipping address: Commander, Maintenance and Logistics Command Pacific
(t), Bldg. 54, Coast Guard Island, Alameda, CA 94501-5100. All shipping
crates, containers and boxes shall meet GSA Overseas Packaging
requirements. The Contractor shall contact LT. Gene Anzano, (510)
437-3216, at least twenty-four hours in advance to schedule all
deliveries. The following FAR provisions apply to this acquisition:
52.212-1, Instruction To Offerors -- Commercial Items; 52.212-2,
Evaluation Commercial Items, including the following addendum paragraph
(a) is hereby modified to identify the following evaluation factors --
1) Conformance with minimum technical requirements stated above,
including ability to meet delivery schedule; 2) Offeror's past
performance; 3) Price. Award will be made to the responsible offeror
with the lowest priced, technically acceptable offer provided the
offeror has an acceptable record of past performance. All offerors
shall include with their quote a completed copy of FAR 52.212-3,
Offeror Representations and Certifications Commercial Items Alternate
I. Copies of FAR 52.212-2 and 52.212-3 are available upon request from
the Contracting Officer. Applicable FAR clauses are: 52.212-4,
Contract Terms and Conditions Commercial Items; 52.212-5, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Commercial Items with the following cited clauses: 52.203-6,
Restrictions on Subcontractor Sales to the Government, With Alternate
I; 52.219-8, Utilization of Small Business Concerns; 52.219-14,
Limitations on Subcontracting; 52.222-21, Prohibition of Segregated
Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action
for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36,
Affirmative Action for Workers with Disabilities; 52.222-37, Employment
Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3,
Buy American Act Supplies; 52.225-9, Buy American Act Trade Agreements
Act Balance of Payments Program; 52.232-34, Payment by Electronic
Funds Transfer Other Than Central Contractor Registration; 52.247-64,
Preference for Privately Owned U.S.-Flag Commercial Vessels. Quotes are
due on 20 January 2000, 3:00 p.m., Pacific Standard Time. Quotes shall
be submitted to: Commander (fcp-1), Maintenance and Logistics Command
Pacific, Bldg. 54A, Coast Guard Island, Alameda, CA 94501-5100, Attn:
Robert Townsend, Contracting Officer. Offerors shall submit the
following minimum information: RFQ Number; Point of contact, with phone
and fax numbers and email address; separate technical and price
information sufficient to allow for complete independent technical
evaluation and price analysis; proposed delivery schedule;
representations and certifications; terms of any expressed warranty;
discount terms; "remit to" address; a statement specifying the extent
of agreement with all terms, conditions and provisions included in the
RFQ; past performance information, including information on previous
sales, and customer point of contact information. ATTENTION: Minority,
Women-owned, and Disadvantaged Business Enterprises (DBEs)! The
Department of Transportation (DOT), Short-Term Lending Program (STLP)
offers working capital financing in the form of lines of credit to
finance accounts receivable for transportation related contracts.
Maximum line of credit is $500,000 with interest at the prime rate. For
further information, call (800) 532-1169. Internet address:
http://osdbuweb.dot.gov. See Notes 1, 12. Posted 12/29/99 (W-SN412140).
(0363) Loren Data Corp. http://www.ld.com (SYN# 0118 20000103\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|