SOLICITATION NOTICE
J -- USCGC HEALY INTEGRATED BRIDGE SYSTEM - OPERATIONS, MAINTENANCE, AND TRAINING
- Notice Date
- 9/14/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- DHS - Direct Reports, 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
- HSCG85-05-R-625IBS
- Response Due
- 9/30/2004
- Archive Date
- 9/30/2005
- Description
- The U.S. Coast Guard intends to enter into negotiations with Northrup Grumman Corporation ? Sperry Marine, 1070 Seminole Trail, Charlottesville, VA 22901, for maintaining the Integrated Bridge System (IBS)/Main Ship Control Console (MSCC) on board the USCGC HEALY (WAGB-20). The maintenance support the Coast Guard requires includes annual on-site grooms of the IBS; technical consultation for troubleshooting and repairing equipment via phone, facsimile, or on-site visits (homeport and world wide, as required); hardware and software configuration management services; new/rebuilt supply and replacement parts (original equipment manufacturer or equal); and operator and maintenance training. The core components of the IBS are: Integrated Navigation System (INS), Electronic Chart Display (ECDIS), Radar, Doppler Speed Log, Chart Table, Follow-up Steering System, Non Follow-up Steering System, Auto-pilot, Gyrocompass, Remote Conning Stations (P/S Bridge Wings, Science Conn, Aloft Conn), INS Local Area Network (LAN) Cable Plant, Electronic Chart Digitizer, Global Maritime Distress and Safety System (GMDSS), and NAVTEX. The Healy is currently home ported in Seattle, WA. Sperry Marine is the original equipment manufacturer of the IBS. The Coast Guard estimates a one-year contract with options to extend the contract not to exceed 4 additional years. The maintenance support contractor shall maintain a quality program that complies with ISO-9001. The Coast Guard intends to procure the services from Northrup Grumman Corporation ? Sperry Marine, under the authority of 10 U. S. C. 2304 (a) (1), FAR 6.302-1, Only One Responsible Source and no Other Supplies or Service Will Satisfy Agency Requirements. This is a follow on contract to the OEM for support services, as the developer and proprietor of the Voyage Management System (VMS) software that enable integration of the IBS components, Sperry Marine, is the only known source with access to the software code to maintain the system. Hardware and software interfaces for the subcontractor components were also designed and developed by Sperry Marine. Sperry Marine considers the VMS software and component interfaces proprietary. The Government does not own the technical documentation or software code needed to conduct a competitive procurement. All responsible sources are encouraged to identify their interest and capability to respond to this requirement. Interested parties must submit a capability statement that sufficiently demonstrates qualification, capabilities, and previous experience relevant to fulfilling the above requirements. Capability statements shall include evidence that the company has access or will have access to Sperry Marine?s proprietary software (e.g., signed agreement with Northrup Grumman Corp ? Sperry Marine, licensing arrangement, etc.). This notice is not a solicitation nor is a formal request for proposal available. Responses are due no later than 15 days from the publication of this synopsis. In the absence of responses from firms that believe they have the capability to perform this requirement, the Coast Guard intends to negotiate with Northrup Grumman Corp ? Sperry Marine, Charlottesville, VA for the requirements. All responsible sources may submit a proposal that shall be considered by the Agency. No other notice will be published until award is made. Address all correspondence to: USCG, NESU Seattle, Attn: G. M. Wing, 1519 Alaskan Way S. Bldg 3, Seattle, WA 98034 OMBUDSMAN NOTICE ? NOTICE FOR FILING AGENCY PROTESTS - It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), short-term Lending Program (STLP) offers working capital financing in the form of lines of credit to inane 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. Internet address: http://osdbuweb.dot.gov. See government-wide numbered note 22.
- Record
- SN00672566-W 20040916/040914211538 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |