SOURCES SOUGHT
59 -- Integrated Bridge System Support Services - USCGC Healy and USCGC Polar Star
- Notice Date
- 10/10/2012
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG79-13-Q-PNS503
- Archive Date
- 12/9/2012
- Point of Contact
- Marilyn S. Gray, Phone: 5104373026
- E-Mail Address
-
marilyn.s.gray@uscg.mil
(marilyn.s.gray@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability and availability of potential concerns pursuant to FAR Part 10. This notice is issued by the Command, Control, Communications, Computers and Information Technology (C4IT) Service Center to identify potential business sources capable of providing integrated bridge support (IBS) for high latitude research vessels, USCGC HEALY and USCGC POLAR STAR. The Contractor shall provide all services, management and administration, equipment, materials, supplies and transportation, except as provided by the government. This work includes, but is not limited to annual on-site grooms of the IBS, technical consultation for troubleshooting and repair of equipment on a 24 hour, 7 days a week basis via phone, fax or on-site visits, hardware and software configuration management services, new/rebuilt parts supply and training. The HEALY and POLAR STAR are home-ported at the Coast Guard Base Seattle, 1519 Alaskan Way S., Seattle WA. The types of equipment covered under this IBS requirement include, but are not limited to, Integrated Navigation System (INS), Electronic Chart Display, Radar, Doppler Speed Log, Follow-up Steering System, Non Follow-up Steering System, Auto-pilot, Gyrocompass, Remote Conning Stations, INS Local Area Network (LAN) Cable Plant, Global Maritime Distress and Safety System (GMDSS) (Sailor), NAVTEX and Sound Surveillance system. The applicable NAICS Code is 334511 Any interested firm capable of providing these services is requested to respond via e-mail to: Marilyn.S. Gray@uscg.mil no later than 4:00 pm PST on Monday, October 19, 2012, with the following documentation: 1. Name of company, address, point of contact, phone number, and email address. 2. Interest in bidding on the RFP if issued by the Government. 3. Provide a capability statement showing your firms ability to meet a full-range of services and solutions necessary to fulfill the requirement. 4. Capability to perform a contract of this magnitude and complexity. 5. Past performance information for the same or similar items and other references (including contract numbers, points of contact with telephone numbers, email addresses, and other relevant information). This information shall be for at least three (3) contracts, ongoing or completed within the last three (3) years held with the U.S. Coast Guard, other government agencies, or private industry. 6. Please indicate the status and level of the company security clearance (i.e, secret, top secret or none). Competition and set-aside decisions may be based on the results of this market research. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr.gov or by calling 1-888-227-2423. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be 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. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG79-13-Q-PNS503/listing.html)
- Place of Performance
- Address: Coast Guard Base Seattle, 1519 Alaskan Way S., Seattle, Washington, 98134, United States
- Zip Code: 98134
- Zip Code: 98134
- Record
- SN02911766-W 20121012/121010234707-b3b528a44e29470ffcd6885f138626d4 (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 |