SOLICITATION NOTICE
59 -- 59 Electrical and Electronic Equipment Components
- Notice Date
- 7/3/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- DTCG23-02-R-TED067
- Response Due
- 7/12/2002
- Archive Date
- 7/27/2002
- Point of Contact
- Connie Mease, Contract Specialist, Phone (202) 267-2502, Fax (202) 267-4025, - Brenda Peterson, Contracting Officer, Phone (202) 267-6906, Fax (202) 267-4019,
- E-Mail Address
-
cmease@comdt.uscg.mil, bpeterson@comdt.uscg.mil
- Description
- The U. S. Coast Guard (USCG) has a requirement for a contractor to provide all necessary management, supervision, personnel, labor, materials and equipment required to develop, manufacture and provide engineering support services and final acceptance testing for a Data Converter Unit (DCU) replacement to be installed on the USCG WMEC-270 class of vessels. The DCU is installed on four A and nine B class WMEC-270 Coast Guard Cutters. The DCU interfaces several shipboard sensors with the Shipboard Command and Control System (SCCS). The following sensors are required to be interfaced with the SCCS Tactical Computer: AN/SVD-1B, MK-27 Gyro Compass, MK-20 Gyro Compass and the Belfort (formerly Bendix) Model 135 Aerovane Indicator. The USCG is replacing the CV-3924/SSQ-98 DCU. The USCG requirement is for one converter/interface unit (DCU). If this converter/interface unit performs satisfactorily, 16 additional units may be ordered for installation by USCG technicians on the USCG WMEC-270 cutters. Contractor testing for the DCU will be required with final acceptance by the Government. Final acceptance testing for the DCU will be conducted at the USCG lab located at the USCG Command and Control Engineering Center in Portsmouth, VA. A minimum 1-year warranty on parts and labor is required. The DCU units shall meet specific specification requirements that will be included in the Request for Proposal (RFP) issued. The government anticipates awarding a Firm-Fixed-Price (FFP) contract. The NAICS is 334419 and the Small Business size standard is 500 employees. It is anticipated that the Request for Proposal (RFP) will be issued on or about July 19, 2002 with proposals due 30 days after issuance of the RFP. To obtain a solicitation, interested businesses may download the RFP at http://www.fedbizopps.gov. The primary point of contact for the RFP may be reached at e-mail address cmease@comdt.uscg.mil and the alternate may be reached at bpeterson@comdt.uscg.mil. For Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short-Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
- Record
- SN00110670-W 20020705/020704052315 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |