SOLICITATION NOTICE
D -- USCG Communication Station Automation System Software Support Services
- Notice Date
- 1/21/2015
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG79-15-I-PC4052
- Archive Date
- 2/12/2015
- Point of Contact
- Cynthia Valdes, Phone: (703) 313-5433
- E-Mail Address
-
Cynthia.Valdes@uscg.mil
(Cynthia.Valdes@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: THIS IS A PRE-SOLICITATION NOTICE (SYNOPSIS) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH; FAR PART 5.203. It does not constitute an RFP or a promise to issue an RFP in the future. This Synopsis does not commit the Government to contract for any supply or service. 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 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. Please be advised that all submissions become Government property and will not be returned. The North American Industrial Classification System (NAICS) Number is 541519 and the business size standard is 150 employees. The Government intends to award a 5 year Task Order to BAE Systems Information Solutions, Inc. utilizing GSA Contract GS-35F-4668G for the following services: The Contractor shall provide support for the following: Answering trouble calls and troubleshooting Communication Station Automation System Software (CSAS) application. Updating and maintaining CSAS help file. Developing and installing software bug fixes and enhancements. Developing, testing and installing upgrades and enhancements of existing system. This includes transitioning CSAS from obsolete hardware and operating systems onto new standard USCG Standards Servers and Workstations; transition USCG Messaging System onto the current and future USCG Messaging System, etc. Assisting with DHS or USCG Certification and Accreditation (C&A) actions by providing technical expertise into the CSAS software. Providing assistance in identifying if problems are CSAS application/configuration problems or hardware issues. Providing end user training and assisting in developing CSAS documentation. BAE Systems Information Solutions, Inc. is the incumbent providing these services currently and the USCG does not have a reprocurement data package. The CAS Software is comprised of several programs as follows: • 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 CAMS to facilitate Cams Backup Cams. It includes information such as guard lists, frequencies, and location of mobile assets. • 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 the official United States Coast Guard Messaging System & 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 the requirement is One (1) Year from the Date of Award with Four (4) Twelve (12) month Options. The anticipated award date is prior to 01 April 2015. PLACE OF PERFORMANCE: The Primary Place of Performance will be the United States 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 COR approval (e-mail is acceptable) for all reimbursable travel in advance of each travel event. 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 Charleston, SC 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. FORMAT: Responses to this Synopsis shall not exceed 8 pages, including cover letter and contact information. Subject response must contain: (1) Capability Statement sufficient to demonstrate performance directly related to the stated objectives; and (2) Citation of any analogous work (e.g., within the past 2-3 years) to include customer, contract/task order number, point of contact telephone number, and e-mail address. SUBMISSION: Information in response to this Synopsis must be submitted by email to Cynthia.Valdes@uscg.mil by 11:00AM, ET on 28 January 2015. Supplemental materials such as brochures and product literature may also be submitted to the above email address. Note that email size restrictions of 3MB apply to all submissions. Ensure that your response provides the following information in the subject line: ‘Company Name' response to Synopsis No. HSCG79-15-I-PC4052.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG79-15-I-PC4052/listing.html)
- Place of Performance
- Address: United States Coast Guard TISCOM, 7323 Telegraph Road, Alexandria, Virginia, 22191, United States
- Zip Code: 22191
- Zip Code: 22191
- Record
- SN03621448-W 20150123/150121235349-2b87dbadee77cd2ff8d902a708eda02d (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 |