Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2001 FBO #0028
PRESOLICITATION NOTICE

20 -- DIGITAL CONTROL AUTOPILOT SYSTEMS (11) FOR USCG

Notice Date
12/28/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 50-7, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG85-02-R-625146
 
Response Due
1/11/2002
 
Archive Date
1/26/2002
 
Point of Contact
Brenda Hess, Supervisory Contract Specialist, Phone (510) 437-3390, Fax (510) 437-3392, - Rebecca Budde, Contracting Officer, Phone 510-437-3988, Fax 510-437-3392,
 
E-Mail Address
bhess@d11.uscg.mil, rbudde@d11.uscg.mil
 
Description
17. (i) This a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation Number: DTCG85-02-R-625146. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-01. (iv) The NAICS code for this acquisition is 336611 and the small business size standard is 1000. This procurement is issued in accordance with the SBCDP. (v) A list of contract line item number(s) and items, quantities and optional items are as listed below. Contractor shall provide all labor and materials to accomplish the following IAW all local, state and federal laws and regulations: Install digital control autopilot systems on (11), 378? cutters, (3) are located in Alameda, CA, (2) are located in San Diego, CA, (2) are located in Seattle, WA, (2) are located in Honolulu, HI, and (2) are located in Charleston, SC. A. DEFINITE ITEMS CLIN DESCRIPTION PRICE 0001 Digital Control Autopilot system: Price for each system (includes, labor and material to install $ X 11 = 0002 Price for spare parts (each cutter) (includes list and price for each spare part) $ X 11 = 0003 Technical Manuals/Operating Guides/Drawing Mark Ups $ X 11 = 0004 Travel Costs CUTTER LOCATION PERFORMANCE PRICE A. CGC MORGENTHAU (Alameda, CA) 20 Feb-8 Mar 2002 B. CGC SHERMAN (Alameda, CA) 11 Mar?26 Mar 2002 C CGC BOUTWELL (Alameda, CA) 14 Jun-2 Jul 2002 D. CGC HAMILTON (San Diego, CA 15 May-31 May 2002 E. CGC CHASE San Diego, CA)3 Jun-19 Jun 2002 F. CGC RUSH (Honolulu, HI) 12 Jun?27 Jun 2002 G. CGC JARVIS (Honolulu, HI) 1 Jul ? 17 Jul 2002 H. CGC MELLON (Seattle, WA) 9 Aug ? 21 Aug 2002 I. CGC MIDGETT (Seattle, WA) 18 Jul ? 2 Aug 2002 J. CGC GALLATIN (Charleston, SC) 3 Jun - 19 Jun 2002 K. CGC DALLAS (Charleston, SC) 24 Jun ? 9 Jul 2002 TOTAL DEFINITE ITEMS $ B. OPTIONAL ITEMS CLIN DESCRIPTION 0-01 Digital Control Autopilot system: Includes, labor and material to to install (1). 0-02 Price for spare parts (for one autopilot system)(include list and price for each spare part) (1) 0-03 Technical Manual (1) 0-04 Operating Guide (1) 0-05 Drawing Mark Up (1) *NOTE: Location of cutter, performance period and travel costs to be determined at a later date. (vi) Description of requirements for the items to be acquired. Autopilot system shall continuously monitor ship?s inputs and adapt control signals to provide the most efficient control of the rudder. Autopilot shall interface with the following equipment: MK19 Gyrocompass, SRD331 SpeedLog, GPS MX200. Autopilot shall have the ability to function in the following modes: Automatic track control, radius of turn control, rate-of-turn control and gyro. Autopilot system shall consist of the following major components and necessary cabling/wiring: Operator unit/control panel, control unit/electronics unit/ feedback unit/servo amplifier, new lever steerer, 2 pots, scale 45-0-45. Operator unit/control panel and control unit/electronics unit shall fit in existing gyropilot stand. Specifically, height and width of operator unit/control panel shall not exceed 12? by 12? respectively. Additionally, the control unit/electronics unit shall fit under the bridge console. Known compliant products for these requirements are the Sperry ADG3000vt and the Raytheon Nautopilot 2000 Series autopilot systems. Contractor shall remove existing gyropilot stand in its entirety. Inspect all equipment that is intended for re-use. Provide a report of inspection. Fabricate and install new interface plate for unit display and hand level steerer. Fabricate and install new faceplate for port-off-stbd switch (existing) and all other brackets required for new system. Provide and run new data cables to the existing GPS MX200 and SRD331 remote display from the new electronic unit under the bridge console. Provide a clean, marked-up drawing with all modifications associated with this installation. Calibrate all equipment to manufacturer recommended requirements. Calibration for should provide for normal operation of the autopilot for up to one-year from date of installation under normal operating conditions. Perform a complete inspection verifying component input and outputs, including the interfaces, in the presence of a CG inspector. Include four hours dockside training including a minimum of one hour of operator training, and three hours of maintenance and troubleshooting familiarization with appropriate Coast Guard personnel with handouts for future reference. Include 6 hours of sea trials verifying correct operation. Provide initial outfit of recommended spare parts and complete parts listing, technical manual, troubleshooting guide, and operating manual. Provide marked-up drawings to reflect installation. Prior to submitting a proposal, it is strongly recommended that contractors conduct a ship check on a 378? cutter to verify existing system configuration. Contact Contracting Officer at (510) 437-3390 to arrange a visit. Offerors are required to submit a written proposal that contains at a minimum the following information: A. Pricing for all CLINs and Optional Items. Include any commercial pricing literature. B. Past performance information consistent with FAR 52.212-1(b)(10). C. Technical information that (i) demonstrates contractor?s ability to meet the requirements, (ii) demonstrates proposed commercial products performance factors, and (iii) shows a plan for successful installation, set-up, instruction, and warranty. D. Maintainability information that (i) demonstrates availability of spare parts in government stock (if any), (ii) demonstrates availability of OEM support for the proposed system, (iii) demonstrates offerors ability to provide quality and complete technical documentation, and (iv) details additional shipboard resources for maintenance (i.e. equipment, tech reps, etc.) (vii) Dates and places of performance are listed under (v). Acceptance of each system will be onboard each cutter, at the completion of each job. (viii) Provision of FAR clause 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. (ix) Provision of FAR clause 52.212-2, Evaluation-Commercial Items applies. (a) Award will be made to the offeror whose proposal provides the best value to the Government. All evaluation factors other than price, when combined, are approximately equal to price. All factors and subfactors are of equal value. (x) Provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with proposal. (xi) Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (b)(1),(2),(3),(6),(7),(8), and (10), applies to this acquisition. (xiii) Clauses 52.217-5, Evaluation of Options, 52.243-1, Walsh Healy Public contracts Act and 52.233-3, Protest After Award, apply. (xiv) Clause 52.211-15, Defense Priority and Allocation Requirements, apply. Proposals are due on January 11, 2002 at 11:00 a.m. PST, and shall be sent to Commander, MLCP (vpl), Coast Guard Island, Bldg. 50-7, Alameda, CA 94501, ATTN: Brenda Hess, Contracting Officer. ATTN: Minority, Women-owned and Disadvantaged Business Enterprises, the Department of Transportation (DOT), Short Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information call (800) 532-1169 or Internet address http://osdbuweb.dot.gov. For information regarding this acquisition, contact the contracting officials listed.
 
Place of Performance
Address: As stated in description.
Country: USA
 
Record
SN20011230/00010379-011229090146 (fbodaily.com)
 

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.