Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2006 FBO #1696
SOLICITATION NOTICE

20 -- N/A

Notice Date
7/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-06-Q-AWP104
 
Response Due
7/21/2006
 
Archive Date
8/5/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard intends to procure 79 VHF Radios, and 70 flush mounts. This notice is a solicitation for commercial supplies in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition will be made on a Small Business Set-Aside Basis. SCOPE: RIB VHF-FM Radio Requirements 09 May 2006 Full Function, IMO Compliant, COTS DSC/VHF Class D Shall have a separate Channel 70 Receiver (supports the ability to simultaneously and constantly monitor DSC Channel 70 while also monitoring Channel 16 (or scanning channels 16 and 13) Shall have the capability of incorporating a remote "Second Location" with full DSC functionality: via Speaker Microphone External speaker (Waterproof JIS/IPX Grade 7) (as an option) Shall have a Power-Up Default Mode: with the ability to disable automatic acknowledgements of any call. Shall have Environmental Protection: Minimum JIS/IPX rating of 7 (Protected against water immersion - Immersion for 30 minutes at a depth of 1 meter.) Shall be designed to support Flush Mounting in a console. Shall have electrical isolation of negative supply voltage from external mating surfaces including mounting hardware and RF transmission components (coaxial cable shielding and connectors). Shall have a display: minimum of a 4-Line Display, Lat/Long of Distress Call, Nature of Distress Call, MMSI of Distress Call, Date/Time of Distress Call Shall be able to Receive a Distress Call Shall be able to Receive a Distress Call Acknowledgement Shall be able to Receive a Distress Relay Shall be able to Receive a Distress Relay Acknowledgement Shall have the Ability to manually transmit a Distress Call from the Distress Key Shall have the Ability to manually transmit a Distress Call with Nature of Distress Shall have the Ability to Cancel a False Distress Alert Shall have a Loudhailer function, 20 Watt min. Shall have a Dual Watch capability. Shall have a minimum Frequency Range of 156.050 MHz to 163.000Hz Shall have an Output Power of 1 or 25 Watts (selectable). Shall have a maximum weight of 6.5 lbs. Shall have an input Power Requirement between 11 ? 16 VDC. Flush Mount Dimensions shall be no greater than: 3?H x 8?3/32?W x 7?D (for the housing that passes through the console) 3-3/4?H x 10-3/8? W x 9?D (for the face plate) ***NOTE*** The maximum dimensions of height and width are critical in order to fit in the space available on the existing RIB console. Exceeding these would require a complete re-design and construction of a new RIB console. HOW TO RESPOND: In order to compete for this project, interested parties must submit a quote via fax or e-mail, by July 21, 2006 @ 11:00am EST, to Sonja Aiken, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to saiken@comdt.uscg.mil are encouraged and must be timely. The following Federal Acquisition Regulation clauses are incorporated by reference: FAR Clause 52.212-1 and FAR Clause 52.212-4. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2006) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Jan 2006) are attached. Offerors can also retrieve more information on these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) EST, July 18, 2006.
 
Place of Performance
Address: BALTIMORE, MD
Zip Code: 21226
Country: UNITED STATES
 
Record
SN01090681-W 20060719/060717220249 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.