SOLICITATION NOTICE
D -- USCG Communication Station Automation System Software Support Services
- Notice Date
- 3/12/2010
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-10-Q-PT3059
- Archive Date
- 3/30/2010
- Point of Contact
- Cherish D Driver, Phone: 202-475-3197, Bruce D Eades, Phone: 202-475-3252
- E-Mail Address
-
cherish.d.driver@uscg.mil, bruce.d.eades@uscg.mil
(cherish.d.driver@uscg.mil, bruce.d.eades@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRE-SOLICATION NOTICE (SYNOPSIS) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH; FAR PART 5.203. This Synopsis does not commit the Government to contract for any supply or service whatsoever. Further, the United States Coast Guard (USCG) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S.) Government will not pay for any information or administrative cost incurred in response to this Synopsis. All costs associated with responding to this Synopsis will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Synopsis. Responses to the Synopsis will not be returned. Please be advised that all submissions become Government property and will not be returned. The North American Industrial Classification System (NAICS) number is 541511 and the business size standard is 500 employees. The government intends to award a 5 year task order to Advance Conceps, Inc. DBA ACI utilizing GS Contract GS-00F-0004R for the following services: The Contractor shall provide support for the following: answering trouble calls; providing bug fixes and software enhancements; perform software installations; maintenance and upgrade of existing system;(including porting system from Windows NT onto Windows Server 08 active directory in order to comply with DHS certification and accreditation process), testing; installation; troubleshooting and repair; help desk support; end user training; and documentation as specified in this SOW. The Contractor shall provide this support for the COMMSTA Automation System (CAS): This software suite has been developed to enhance the control and use of major COMMSTA assets. CAS is currently fielded at all COMMSTAs. The CAS software is comprised of several programs as follows: •Radio Resources Allocation Control System (RADRACS) Server: This application fields requests from users, checks their validity, and determines assignment of the various hardware components, including HF transmitters, MF transmitters, receivers, antenna matrices and audio matrices. •RADRACS Client: This software module is the menu-driven, mouse-compatible interface between the RADRACS server and the user. It provides status displays and menus for command execution. •SPAM server. The Smart Proxy Agent Manager provides command translation between the RADRACS server and the individual transmitters, receivers and matrices. •RADLOGS server. This application continually provides operational information to the opposing Communications Area Master Station (CAMS) to facilitate Cams Backup Cams. It includes information such as guard lists, frequencies, and location of mobile assets. •Radio Logs (RADLOGS) client. This application provides interface between system operators and the RADLOGS server. It presents users with operational data from the opposite CAMS. •Automated Broadcast Scheduler (RADABS) server; this is used to schedule, filter, format, and transmit messages via HF voice and text. The system has components that handle NAVTEX and Voice Broadcasts (VOBRA). ABS works fully automatic, when installed in conjunction with CGMS & RADRACS on the same system. It will also assign resources for RADIOFAX broadcasts. •Automated Broadcast Scheduler (RADABS) client; this application provides interface between system operators and the RADABS server allowing him/her to schedule broadcasts. •Logserver; logs various parameter information from the RADRACS, RADLOGS and RADABS servers. This will be awarded as a Firm-Fixed Price Task Order with one CLIN for FP Labor and one CLIN for NTE Cost Reimbursable Travel for each year of the task order. PERIOD OF PERFORMANCE. The period of performance for this Statement of Work is one (1) year from the date of award with Four (4) 1 year options. Anticipated award date prior to 01April10. PLACE OF PERFORMANCE. The primary place of performance will be the U.S. Coast Guard TISCOM, Building L04, at 7323 Telegraph Road, Alexandria, VA 22315. Contractor travel may be required to support the CSAS system. All travel required by the government outside the local commuting area will be reimbursed to the contractor in accordance with the Federal Travel Regulations (FTR). The contractor shall be responsible for obtaining COTR approval (e-mail is acceptable) for all reimbursable travel in advance of each travel event. Possible travel locations include the following: CAMSLANT, Chesapeake, VA; COMMSTA Boston, MA CAMSPAC, Point Reyes, CA; COMMSTA Miami, FL COMMSTA Kodiak, AK; COMMSTA New Orleans, LA COMMSTA Honolulu, HI; COMMCEN San Juan, PR COMMCEN Guam Remote site; Savannah, GA Remote site Astoria; OR Remote site Cambria, CA Note that the CAMS and most of the COMMSTA's and COMMCEN's have geographically separate transmit and receive facilities. The contractor would be required to work at both facilities at each CAMS or COMMSTA.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-10-Q-PT3059/listing.html)
- Place of Performance
- Address: U.S. Coast Guard TISCOM, Building L04, at 7323 Telegraph Road, Alexandria, Virginia, 22315, United States
- Zip Code: 22315
- Zip Code: 22315
- Record
- SN02091721-W 20100314/100313000422-db023e4e3db659cab5cdd4cbe95ac5e1 (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 |