Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2018 FBO #5920
MODIFICATION

D -- Interface Alarm Generator Panel (IAGP) Recapitalization

Notice Date
2/5/2018
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
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
70Z07918RPT200200
 
Archive Date
2/12/2018
 
Point of Contact
Andrew J. Hadden, Phone: 7033135385, Carolyn W. Mosinski, Phone: 703-313-5472
 
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
The U.S. Coast Guard (USCG) is soliciting 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 new IAGP Systems Hardware. The IAGP Systems Hardware proposed by the Offeror shall be considered a commercial-off-the-shelf (COTS) item, with limited modifications that shall meet the USCG requirement stated in this solicitation. This requirement is not for research and development (R&D). As such, the USCG does not require the Offeror to propose developmental items to meet the USCG requirement for IAGP Systems Hardware. The de-installation and installation tasks shall be performed aboard fourteen (14) 210' WMEC Reliance-Class USCG Cutters. The Offeror whose proposal is selected for award shall be responsible for completing the de-installation/installation tasks on each of the aforementioned Cutters while the Cutters are available in their respective homeports. Installations will be scheduled according to Cutter availability. Pursuant to Federal Acquisition Regulation (FAR) Part 12.102, the USCG is soliciting proposals on a full-and-open basis through the issue of this Request for Proposal (RFP). The USCG intends to award a firm-fixed price, single-award Indefinite-Delivery/Indefinite-Quantity (IDIQ)Contract not-to-exceed sixty (60) months, which will consist of five (5) one (1) year ordering periods, on a competitive basis, to one (1) responsive and responsible Offeror. The apparent awardee shall be considered responsible as defined in accordance with FAR Part 9.104-1. For the list of attachments to this RFP, please see RFP Section II.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/CISCUSCGISC/70Z07918RPT200200/listing.html)
 
Place of Performance
Address: Reliance-Class USCG Cutters at the homeport locations within the Continental United States., United States
 
Record
SN04811043-W 20180207/180205231612-8ec5dcf3e0d88f88a0b5697672b0e6a7 (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.