Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2016 FBO #5333
SOURCES SOUGHT

63 -- USCG 210 WMEC SHIPBOARD ALARM AND ANNOUNCING SYSTEM (1MC/6MC)

Notice Date
6/28/2016
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
HSCG79-16-R00002
 
Point of Contact
Katherine Marie Kearney, Phone: 7572952280
 
E-Mail Address
katherine.m.kearney@uscg.mil
(katherine.m.kearney@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
FY16 210 WMEC Shipboard Alarm and Announcing System (1MC/6MC) 210 WMEC SHIPBOARD ALARM AND ANNOUNCING SYSTEM RECAPITALIZATION HSCG79-16-R00002 Disclaimer and Important Notes: This posting is a Request for Information (RFI) from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Proposals or a Request for Quotations, and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this RFI. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Requirement: The U.S. Coast Guard (USCG) is soliciting information regarding equipment and services that can be used to recapitalize the Alarm and Announcing System (A&AS) on board fourteen (14) of the 210 foot Reliance Class Coast Guard Cutters. The requirements of this system include only the shipboard equipment necessary to provide modernized interconnections and alarm generating circuits that will work with the existing infrastructure for the ship's public address system (1MC/6MC). In addition to purchase of the shipboard equipment, the USCG requirement includes installation of the equipment, training, support and warranty. The USCG is seeking qualified sources to provide turn-key support in the following critical areas described below: The announcing system provides interconnections and alarm generating circuits for the ship's public address system (1MC/6MC). The 1MC provides the means for voice transmission of general orders and information via switching of at least four 1MC microphone stations and installed telephone interface to all areas within the ship and to all topside areas where ship personnel are assigned and the ability to select the 6MC circuit from bridge locations. The announcing system shall be integrated with the cutter's telephone/PBX/VoIP system using access control by system programming. The announcing system provides 1MC microphone stations and installed telephone interface to be selectively switched through a preamplifier/mixer and power amplifier to one or several speaker locations located in various zones of the Coast Guard Cutter. The system shall provide sufficient power to be heard on all speakers in both normal and emergency operations environment. The interface shall provide for the selective switching of at least 6 speaker zones or groups throughout the ship (e.g. Officers, Topside, Crew Quarters, Engineering, and Work Spaces) and selection of the 6MC. The interface shall provide for connection of a portable alarm contactor panel to be used in a quarterdeck. The interface shall provide for the selecting of primary and secondary alarm generating circuits, preamplifier, and amplifier. The system shall provide Alarms over the available preconfigured zones. The alarm generator circuits provide alarm signals for General Quarters, Chemical, Collision, and Flight Crash. Collision Alarm is a series of three 1,000 Hz tones of 60 milliseconds with 60 millisecond pauses between tones followed by a pause of 420 milliseconds, repeating the sequence for the duration of the alarm, Chemical Alarm is a continuous 1000 Hz, General Alarm is a 400 Hz tone that begins loud and gradually decreases in volume over a 600 millisecond period repeated every 600 milliseconds (100 times per minute) and sounds similar to striking a gong, and the Flight Crash alarm varies in frequency every three seconds from approximately 750 Hz to 1,750 Hz and back to 750 Hz to provide a siren tone. Alarms shall have priority over voice announcements. Collision alarm shall have priority over other alarms when activated. Chemical alarm shall have priority over General alarm when activated. General alarm shall have priority over Flight Crash alarm when activated. The alarms must be audible in all areas within the ship and to all topside areas where ship personnel are assigned. In spaces where the alarms cannot be heard over the ambient noise alarms shall be accompanied by a red-flashing light or rotating beacon at intervals that assure visibility from all areas of the space. The 6MC intership circuit provides the means for bridge personnel to transmit voice orders and information, via the bridge microphone stations, to shore, ship, or other personnel via loudspeakers topside. Alarms shall not be routed through the 6MC loudspeakers. The announcing system shall be connected to an emergency standby source of electrical power (UPS) capable of ensuring all announcing system components shall remain operable for at least one (01) hour on emergency power in the event ship's service power is lost. EQUIPMENT REQUIREMENTS: Quantity: 14 The standard below-deck equipment must meet the following requirements: Power: 120 VAC with delta power (hot neutral) Mounting: Capable of mounting in standard 19" equipment rack Compatibility: System must interface to existing shipboard Alarm contactors, microphone stations, telephone system, speakers, loud hailers, and horn speakers except where such existing infrastructure equipment must be replaced with like replacements (fit, form, and function) to ensure reliability. If needed, the contractor shall provide the interface with the shipboard system. Reliability: System must include emergency standby power system (UPS) capable of ensuring all announcing system components shall remain operable for at least one (01) hour on emergency power. INSTALLATION REQUIREMENTS: The USCG is looking for contractor furnished standard installation guidance for shipboard equipment, including wiring diagrams, drawings, equipment mounting and ventilation requirements, and equipment power consumption. Please provide details of how your company can meet this requirement. Using that information, the USCG will provide detailed installation instructions/requirements including drawings, required equipment locations, installation specifications, specifications for ancillary equipment, and wiring diagrams. The contractor shall provide/manage the installation of this equipment aboard USCG cutters. Post installation, the contractor will be required to test the system to ensure equipment is operating in accordance with government-supplied System Operation Verification Test. (SOVT). SUPPORT AND WARRANTY REQUIREMENTS: Equipment Warranty Support: The USCG is requesting details of how warranty and maintenance support services could be provided throughout the country from one provider. Provide details on your standard commercial warranty for all installed equipment. Provide information on how your company will handle defects which may occur as the result of faulty materials, workmanship, or installation and if defects would be corrected by the contractor at no additional cost to the Government. Provide information on Warranty support and details and if the support includes telephone support/assistance for diagnosing problems, replacement of defective equipment and details on how the replacement of defective equipment would be performed. Address both scenarios of replacement by USCG personnel performing the replacement and the option for contractor-provided on-site support as needed. Extended Equipment Warranty Support: Provide details on options to extend equipment warranty support beyond the standard warranty period offered commercially. The USCG request information and details if your company can provide warranty support that includes telephone support/assistance for diagnosing problems, replacement of defective equipment (by mail, with USCG personnel performing the replacement), and the option for contractor-provided on-site support as needed. Maintenance & Service Support: Provide details of service support and address if your company can provide 24x7x365 customer support for all services. The USCG is looking for service support that includes telephone support/assistance for diagnosing problems, replacement of defective equipment (by mail, with USCG personnel performing the replacement), and the option for contractor-provided on-site support as needed. Telephone support will enable cutter personnel to remedy problems on site using self-maintenance to the greatest extent possible. Please provide details of maintenance procedures and documentation that your company provides with the proposed products. The NAICS Code for this solicitation is 334310 Public Address Systems and Equipment Manufacturing. Contractors doing business with the Government are required to register in the System for Award Management (SAM) database before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM/. Submission of Information: Interested parties are encouraged to submit a response which supports the company's claim that it presently has the technology, qualifications, experience, and capabilities to satisfy the requirements. If there are areas in the system requirements that your company can not meet, please identify those areas in your response along with the details of why it does not meet the requirements. For those areas that the company cannot meet the specified government requirements, the company will define their capabilities and provide amplifying information as to why they cannot meet the government's request. The Coast Guard's requirement may be refined based on knowledge gained from RFI submissions. Specifically, any interested parties are requested to provide the following information: 1. Name of Company and DUNS number 2. Point of contact and phone number 3. Size of Business according to North American Industry Classification System (NAICS) Code 334310. 4. Positive statement of your interest in this procurement as a prime contractor 5. Description of your product that might fill this requirement: a. What type of products do you offer that might fill this requirement? (Describe system capabilities & performance, environmental specifications, physical dimensions, power requirements, and remote communications capabilities. b. What functions can your product provide to meet this requirement? c. What is the expected Mean Time Between Failures for each component of your proposed solution? d. Do you offer these products commercially? (Is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?) e. Do you offer a commercial product that could be modified to fulfill this need? f. Do you believe there is a better method of fulfilling this requirement? If so, provide an alternative solution. g. Do you offer quantity or other discounts to your customers? h. What are your warranty terms, if any? What is your standard warranty practice? Can you offer an innovative warranty approach that would cover the lag time from delivery and the actual installation of the components? i. Provide information for any additional charges for special packing and packaging? j. Do you have a commercial catalog for a related group of products or services? k. What is your average delivery lead time for this type of product? l. Do you expect to offer a new product or service sometime in the future that might affect this requirement? m. Do you provide spare part kits? (If so, can you identify the single points of failure and the price associated with these items) n. Do you provide operation and maintenance training? o. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item. p. Existing technical documentation and brochures are welcome as attachments as well as product catalogs and price lists. q. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data) r. What is your commercial practice for upgrades? s. What is your commercial practice for Technical Support? Response Criteria: If qualified and interested, parties should submit a statement of capability, not exceed fifteen (15) pages, double spaced, page size: 8 ½ x 11 inches, font size: 10 pitch or greater, outlining past work that is related to this requirement as stated above. The submittal shall be in Portable Document Format (PDF) or Microsoft Word Format. Electronic copy submittals are acceptable. Respondents are responsible for ensuring electronic versions are virus free. Electronic submissions are due on or before August 29, 2016, by 2:00 P.M. EST, to: katherine.m.kearney@uscg.mil. If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this Sources Sought notice. All comments/questions/concerns are encouraged and should be sent in writing to the Contract Specialist, Katherine Kearney, at Katherine.M.Kearney@uscg.mil. Upon receiving feedback, the Coast Guard will assess all input and its impact on the development of the final specifications. Responses must be no longer than fifteen pages in length. Technical documentation, brochures do not count in the fifteen page maximum. Submit your response by 12:00 PM EST on August 28, 2016 to the Contract Specialist, Katherine Kearney, via email at Katherine.M.Kearney@uscg.mil. Any questions regarding this RFI may be referred to Ms. Kearney via e-mail. All questions must be received by August 22. 2016 by 2:00 P.M. EST Any information submitted is at the company's own expense. The Government will not reimburse respondents for any costs associated with submission of capability statements in connection with the market survey. Any information provided is voluntary. Each page containing proprietary information should be so marked.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/41379507b2e9b74adbf073d0d8606cad)
 
Record
SN04164942-W 20160630/160628235217-41379507b2e9b74adbf073d0d8606cad (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.