SOURCES SOUGHT
D -- Sustainment Support C4ISR Integrated Deepwater System (IDS) assets and Fast Response Cutters (FRC)
- Notice Date
- 2/2/2016
- 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), Commander, USCG Telecommunication & Information Systems Command, 7323 Telegraph Road, Alexandria, Virginia, 22315-3940, United States
- ZIP Code
- 22315-3940
- Solicitation Number
- HSCG79-16-I-SUST01
- Archive Date
- 3/19/2016
- Point of Contact
- Julia Belton, Phone: 7033134680
- E-Mail Address
-
julia.belton@uscg.mil
(julia.belton@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The Department of Homeland Security (DHS), United States Coast Guard (USCG), invites your company to respond to this Sources Sought Notice (SSN). This SSN is not a request for competitive proposals. This notice is for informational and market research purposes only. This SSN does not constitute a commitment, implied or otherwise, that the USCG will take procurement action in this matter. Further the USCG will not be responsible for any cost incurred in furnishing this information. Responses to this notice are not considered offers and cannot be accepted by the USCG to form a binding contract. The intent of this request is to survey the commercial market and determine the availability to provide the Coast Guard with engineering and logistical support for audio/radio path switching equipment and integrated radio control networks installed on Coast Guard assets. Information obtained shall be used to make decisions regarding the requested service. The contractor must be knowledgeable and experienced in the operations and sustainment of the following: MarCom® Integrated Voice Communication Systems (IVCS), KITE (Keyswitch Integrated Terminal Equipment) Integrated Terminal, Radio BaseBand Switch, ITT/Harris Radio Frequency Distribution System (RFDS), SYMPHONY® radio control program and infrastructure, and the Henschel Alarm and Announcing System. The contractor must also be knowledgeable and experienced in the ability to modify the above listed equipment as required to replace equipment in a Diminished Mission Support (DMS) state. The Coast Guard requires the following: Support is required for the following equipment installed on Coast Guard National Security Cutters (WMSL) and Fast Response Cutters (WPC), Training Center Petaluma (TRACEN), and the RF Communications lab located at the Command, Control, and Communications Center (C3CEN): MarCom® Integrated Voice Communication Systems (IVCS) (MarCom IVCS K10049806-501) KITE Integrated Terminal Keyswitch Integrated Terminal Equipment (KITE) L-3 part number K10048482-501 NSN 5808-01-521-7465 and Environmental KITE K10049088-501 NSN 5805-01-606-8578) Radio BaseBand Switch (MarCom Black Baseband Switch Assembly L-3 part number K10049812, MarCom Red Baseband Switch Assembly L-3 part number K10049815) ITT/Harris Radio Frequency Distribution System (RFDS) (VHF/UHF RF Distribution System (RFDS) ITT/HARRIS P/N 792300-1, L-3 part number K10049829-2) SYMPHONY® radio control program and infrastructure.(ACRM/Symphony L-3 part number K10049817 series) Henschel Alarm and Announcing System (L-3 part number K10050442-2)1. 1. Provide Subject Matter Expertise for the above listed systems. Subject Matter Expert (SME) support is defined as having in depth knowledge of the equipment so as to assist the Coast Guard as needed in resolving casualties to the above listed equipment and having the capability to repair any software and hardware issue which may arise during normal operations. Support is required both remotely and onsite. 2. Provide logistical support as required for the above listed equipment. Logistical support is defined as assisting the Coast Guard in updating logistical manuals, providing Diminished Mission System (DMS) reports on equipment prior to obsolesce/non availability of parts, creating job aids as required for normal equipment operations, providing training on equipment as requested. 3. Provide Information Assurance (IA) support for the above listed equipment. IA support is defined as all efforts required keeping the network infrastructure and computer/server images current with the latest security patches and protocols. 4. Assist the Coast Guard in modifying the SYMPHONY and MarCom® networks to interface new radios and peripherals as the need arises. 5. Maintaining of current WMSL and WPC baselines for Information Assurance and Troubleshooting purposes. These Baselines would include the latest Hardware and Software versions installed on Coast Guard Cutters. Interested parties may be required to work with the incumbent on this contract to ensure a minimal loss of support to the Coast guard. REQUIRED RESPONSES: Limit SSN responses to 10, single-sided, single-spaced pages (cover page not included). Submitted responses should be in Microsoft Word or Adobe Acrobat format. The font for text should be Times New Roman 12-point or larger. Responses must be unclassified. Any proprietary information provided must be marked to protect such data. 1) Cover Page to include: Company Name, Address, Point Of Contact with telephone number and email, SSN number, DUNS, CAGE Numbers, socio-economic business classification and size status. 2) Technical Response: In the 10page response include your company's experience and knowledge in the following areas for the above listed equipment: -Technical Assistance: - Remote Support - Onsite Support - System Modifications -Design Experience: - System Architecture Knowledge -RFpath Knowledge - Programming Knowledge -Market Research -Tech Analysis -Cost Analysis -SOVT Development -Installation/Test Plans -Site Survey/Travel -Installation Experience -Provide training -Include a training plan to ensure training on the equipment or operations as configured for the operators / watchstanders -Communications Include a work plan that details how you would communicate project details with the Coast Guard's Project Manager. -Include a transition plan detailing how support will be passed from the incumbent to the winning bidder. 3) Past Performance: Please provide three or more references, within the last three years, where your company has performed similar work. (These references are not included in the ten page limitation) The acquisition method has not been established. The Coast Guard contemplates the solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a one-year base period and 4 one-year option periods. The Coast Guard may issue Firm Fixed Price (FFP) task orders, Time and Materials (T&M) task orders or Cost Plus Fixed Fee (CPFF) task orders. The North American Industrial Classification Code (NAICS) is 334511, and the small business size standard is $30.0M. A set-aside determination has not yet been made. Interested parties shall submit their business size and shall include any applicable preference program (i.e. 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned and Small Business). Questions regarding this SSN should be submitted to Wayne Brim, wayne.a.brim@uscg.mil, cc: Julia Belton, julia.belton@uscg.mil, no later than 2:00 PM Eastern Standard Time (EST) Thursday, February 11, 2016. Responses are due no later than 10:00 AM EST, Friday, March 04, 2016 and may be submitted via email to Julia Belton, julia.belton@uscg.mil. If late information is received, it may be considered by the USCG reviewers, depending on agency time constraints. This SSN does not commit the USCG to contract for any supply or service. The information provided in this SSN is subject to change and is not binding on the USCG.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/CISCUSCGISC/HSCG79-16-I-SUST01/listing.html)
- Record
- SN04007145-W 20160204/160202234320-5410abc0386a226fd3994a7ce1cc212a (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 |