Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2012 FBO #3848
SOLICITATION NOTICE

Z -- Nationwide Differential Global Positioning System Engineering and Logistics Support (NDGPS)

Notice Date
6/5/2012
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001, United States
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG44-12-R-P13005
 
Point of Contact
Stephen A. Clark, Phone: 7572952278, Bruce D Eades, Phone: 703-313-5433
 
E-Mail Address
stephen.a.clark@uscg.mil, bruce.d.eades@uscg.mil
(stephen.a.clark@uscg.mil, bruce.d.eades@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this acquisition is to acquire the logistics, technical, engineering, and construction support services needed to operate, maintain, and increase the number of Nationwide Differential Global Positioning System (NDGPS) that provide navigation coverage for the U.S. coastal areas, Alaska, Puerto Rico, Great Lakes, and major inland waterways. The successful offeror will provide program management, engineering services, call center and maintenance dispatch services; logistics, material, and warehouse support services; configuration management support; and recapitalize NDGPS equipment at existing sites, maintenance services, site construction and modification. The Coast Guard Navigation Center operates the DGPS service consisting of 86 remote broadcast sites and the one control center at Alexandria, Virginia. The 86 sites consist of 8 Army Corps of Engineering (ACOE), 49 Maritime and 29 DOT transmitter sites. There are 12 Ground Wave Emergency Network (GWEN) sites currently in a caretaker status in the event funding becomes available to convert approximately 8 of the 12 sites into broadcast sites. These services and equipment are necessary to support existing and new NDGPS sites that are planned through the life of this contract. This is follow-on to contract DTCG84-02-D-AAT079, a 10-year IDIQ contract to Raytheon Technical Service Company. This procurement will be offered as UNRESTRICTED Full and Open Competition. It is anticipated that an Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded by September 1, 2012 and possess a five year ordering period (September 1, 2012 through May 31, 2017) with three one-year option periods (if all options are exercised it would extend the contract through August 31, 2020). Task orders issued under the contract will be either Firm-Fixed-Price (FFP) or Time and Material (T&M) and will possess their own Periods of Performance. The successful offeror must be able to provide support services and necessary equipment to Coast Guard facilities and NDGPS sites that are located throughout the United States and its territories. The Government intends to award a contract from the request for proposals to the responsible offeror which represent the Best Value to the government: The USCG may award to the most responsive, responsible offeror whose proposal conforms to the solicitation, performance work statement (PWS) and is most advantageous to the Government technical, price and other factors considered. The North American Industrial Classification Code is 541990. The related small business size standard is $7 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, Effective April 18, 2012. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, apply to this solicitation. Online Representation and Certification Application (ORCA) you must register and complete this section at www.bpn.gov. Offerors must have an active record in CCR account. Contractors must be registered in the Centralized Contractor Registration in order to receive a contract award from any Coast Guard activity. Contractors may access the CCR and register at http://www.ccr.gov. The entire solicitation will be released solely on the Internet by Electronic Solicitation at https://www.fbo.gov (paper copies WILL NOT be available). A Request for Proposal (RFP) will be available on or about 18 June 2012. A draft performance work statement with enclosures will be posted within the next 5 days for contractors to download and review. Locate the solicitation number HSCG44-12-R-P13005 and follow the instructions for downloading. When you register include your company name, address, telephone number, point of contact, fax number and e-mail address. All prospective bidders are responsible to visit the Federal Business Opportunities website frequently and obtain any amendments or other information pertaining to this solicitation. The solicitation, attachments, specifications will only be available by downloading the documents from Federal Business Opportunities website. The Government is not accepting Questions at this time. PHONE CALLS WILL NOT BE ACCEPTED, VOICE MESSAGES LEFT WILL NOT BE RETURNED AND EMAILS WILL NOT BE RESPONDED TO UNTIL THE RFP IS POSTED. All questions shall be submitted in writing via email to Mr. Stephen Clark at Stephen.A.Clark@uscg.mil only. Questions will be due 10 calendar days, before 10:00 am est after the RFP is posted on FBO. If an offeror does not submit their question(s) by the due date, they run risk that their question(s) may not be answered. The project and program team will not take questions about this solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG44-12-R-P13005/listing.html)
 
Place of Performance
Address: Multiple Locations within the US and its Territoriies and Contractor facility within the seven (7) city area inclusive of Norfolk, Portsmouth, Virginia Beach, Chesapeake, Suffolk, Hampton, and Newport News., Virginia, United States
 
Record
SN02766234-W 20120607/120605235000-479188bf9f4f4203f71ea0d67fcb850b (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.