Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2017 FBO #5714
SOLICITATION NOTICE

63 -- Interface Alarm Generator Panel Recapitalization for Fourteen (14) 210' Reliance-Class USCG Cutters - Package #1

Notice Date
7/14/2017
 
Notice Type
Presolicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
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
HSCG79-17-R-PT2003
 
Archive Date
8/31/2017
 
Point of Contact
Andrew J. Hadden, Phone: 7033135385, Carolyn W. Mosinski, Phone: 7033135472
 
E-Mail Address
Andrew.J.Hadden@uscg.mil, Carolyn.W.Mosinski@uscg.mil
(Andrew.J.Hadden@uscg.mil, Carolyn.W.Mosinski@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Engineering Change - Solid State Relay Card Replacement. Two (2) of the fourteen (14) 210' Reliance-USCG Class Cutters currently feature this wiring scheme. This attachment is provided to inform prospective vendors of this feature. Interface Panel External Connections Single Wire Diagram. Interface Panel Phone-Speaker-Mic-Alarm Contactors Connections (B Class). Interface Panel Phone-Speaker-Mic-Alarm Contactors Connections (A Class). Interface Panel Layout and Wiring Diagram. The U.S. Coast Guard (USCG) intends to solicit proposals on a full-and-open basis to procure Interface Alarm Generator Panel (IAGP) Systems Hardware, Ancillary Supplies, and services to de-install existing IAGP Systems Hardware, and install the new IAGP Systems Hardware to be procured under this contract. The de-installation and installation tasks shall be performed aboard fourteen (14) 210' Reliance-Class USCG Cutters. The Contractor will be responsible for completing the de-installation/installation tasks on each of the aforementioned Cutters while the Cutters are in their respective homeports, and will be scheduled according to Cutter availability. Pursuant to FAR Part 12.102, USCG intends to solicit the requirement on a full-and-open basis. The North American Industry Classification System (NAICS) code for this acquisition is 811213, and the small business size standard for this NAICS code is $11.0 million dollars in annual receipts. All responsible sources under this size standard will be eligible to respond to this solicitation. USCG intends to award a firm-fixed price, single-award IDIQ contract not to exceed sixty months, which will consist of five (5) one (1) year ordering periods, on a competitive basis, to one responsive and responsible Offeror. The apparent awardee shall be considered responsible as defined in accordance with FAR part 9.104-1. Five (5) attachments to this Presolicitation Notice are provided to prospective vendors for the purpose of providing insight into some of the technical features of the current system. Prospective vendors will need to consider these features during the process of identfiying a prospective solution that may address the USCG's unique requirements. It is anticipated that the solicitation will be issued on or about July 28, 2017 via modification and uploaded to this Pre-Solicitation Notice. Quotation preparation instructions and response deadlines will be provided in the solicitation. The anticipated award date is on or before September 30, 2017. Prospective Offerors are hereby notified that future information about this acquisition, including the solicitation and subsequent amendments, will be available only on the Federal Business Opportunities website, www.fbo.gov. Prospective Offerors are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. Prospective Offerors submitting a response to this notice must ensure that they are registered, active, and current in the Systems for Award Management (SAM) database, www.sam.gov. This notice is not considered to be a commitment by the Government nor will the Government pay for information solicited. Requests for the solicitation will not be accepted. Please monitor the Federal Business Opportunities website for the posting of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0d44f720ca6f2ffb6fd8ff01c118295f)
 
Place of Performance
Address: USCG 210' Reliance-Class Cutter Homeports located in the Continental United States (CONUS)., United States
 
Record
SN04579843-W 20170716/170714234631-0d44f720ca6f2ffb6fd8ff01c118295f (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.