SOURCES SOUGHT
58 -- Request for Information for Commercially Available VHF/UHF Direction Finder for use on U.S. Coast Guard Cutters and Boats - Enclosure 1 Operational Requirements
- Notice Date
- 1/6/2016
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- HSCG44-16-R-RFI0007
- Archive Date
- 2/23/2016
- Point of Contact
- Katherine Marie Kearney, Phone: 7572952280
- E-Mail Address
-
katherine.m.kearney@uscg.mil
(katherine.m.kearney@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Operational Requirements for Radio Direction Finding Aboard USCG Cutters and Boats Request for Information for Commercially Available VHF/UHF Direction Finder for use on U.S. Coast Guard Cutters and Boats HSCG44-16-R-RFO0007 Disclaimer and Important Notes: This posting is a Request for Information (RFI) from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Proposals or a Request for Quotations, and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this RFI. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Requirement: The Department of Homeland Security, U.S. Coast Guard (USCG) is soliciting information on commercially available VHF and UHF Direction Finders (VHF/UHF DF) suitable for installation on USCG Cutters and Boats engaged in Search and Rescue (SAR) operations. The preferred VHF/UHF DF system should direction find across the 30 - 512 MHz range with an accuracy of 5 degrees. By direction of the Assistant Commandant of Capability (CG-7), the USCG shall install, maintain, and operate VHF/UHF DF equipment on CG cutters and boats for use in search and rescue operations. The Operational Requirements for SAR requires all USCG Cutters and boats operating outside of the Rescue 21 footprint, to be outfitted with direction finding equipment. The anticipated requirement includes procurement of a minimum of 590 receivers, 590 antennas, associated cabling and receiver mounting brackets. The selected VHF/UHF DF receivers will replace the existing Direction finding equipment currently installed on Coast Guard Cutters and Boats to include: CFHN-IES-KDF-581, CFHN-IES-KDF-538, CDYM-TD-L1550A and TC-5025A receivers. The receivers and antennas must be suitable for installation in a maritime environment which may include exposure to salt spray, salt fog, high humidity, shock and vibration. The attached Enclosure 1 provides details for the Threshold Requirements and Objective requirements. Only the requirements for boats and cutters will need to be addressed. Disregard the requirements for aircraft. The NAICS Code for this solicitation is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. Contractors doing business with the Government are required to register in the System for Award Management (SAM) database before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM/. Submission of Information: Interested parties are encouraged to submit a response which supports the company's claim that it presently has the products that provided the technology, performance, and functionality required to satisfy the requirements or submit a response which identifies areas in the system requirements that their company does not meet. The Coast Guard's requirement may be refined based on knowledge gained from RFI submissions. Specifically, any interested parties are requested to provide the following information: 1. Name of Company and DUNS number 2. Point of contact and phone number 3. Size of Business according to North American Industry Classification System (NAICS) Code 334220. 4. Positive statement of your interest in this procurement as a prime contractor 5. Description of your product that might fill this requirement: a. What type of products do you offer that might fill this requirement? Provide a description of your product's system capabilities and performance, environmental specifications, physical dimensions, power requirements, and remote communications capabilities. Also include information regarding scalability of the system for use on small to large platforms. Information regarding scalability of your system is imperative in determining acceptability of your system. b. Provide information how your product is suitable for a maritime environment which may include exposure to salt spray, salt fog, high humidity, shock and vibration. c. Do you offer these products commercially? (Is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?) d. Do you offer a commercial product that could be modified to fulfill this need? e. Do you believe there is a better method of fulfilling this requirement? If so, provide an alternative solution. f. Do you offer quantity or other discounts to your customers? g. What are your warranty terms, if any? What is your standard warranty practice? Can you offer an innovative warranty approach that would cover the lag time from delivery and the actual installation of the components? h. Provide information for any additional charges for special packing and packaging and marking? i. Do you have a commercial catalog for a related group of products or services? j. What is your average delivery lead time for this type of product? k. Do you expect to offer a new product or service sometime in the future that might affect this requirement? l. Do you provide operation and maintenance manuals? m. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item? n. Existing technical documentation and brochures are welcome as attachments as well as product catalogs and price lists. o. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data) p. Provide description of any built in test feature, a flow chart of the system analysis, and a list of the circuit card or assembly level bit resolution. q. What is your operational life cycle? r. What is your repairable life cycle? 6. Review the attached Operational Requirements for Radio Direction Finding Aboard Cutters, Aircraft and Boats. Provide information on how your product meets the required Thresholds and Objective Requirements. 7. Is your proposed solution and Commercial off the shelf item? Are minor modifications required to meet the required thresholds or objective requirements? If modifications are required, identify the operational requirement and the level of modification that is required to meet the thresholds or objective requirements. 8. Address all of the boat and cutter required thresholds and objective requirements in Enclosure 1 and provide information of how your product meets items (a) - (n) below. The chosen Direction Finding System must: a) Operate on 120VAC for cutters and 12VDC for small boats b) Direction find in the entire 118 - 174 MHz range and the entire 400 - 410 MHz range c) Be channelized to include channel setting for the International Marine VHF channels, U.S. Marine VHF channels and 121.5 MHz d) Operate in AM and FM modulation modes e) Have a suitable size color graphical display which provides the immediate direction of signal received f) Have an accuracy of 5 degrees on all frequencies and modes g) Scan at least 4 user selectable frequencies in the VHF and UHF ranges h) Have an audio output for listening or recording i) Input/output data in the NMEA 0183 format j) Input/output data in the NMEA 2000 format k) Operate with a sustained temperature range of -40C to +50C l) Operate with a sustained humidity range of 0 - 95% with no condensation m) Meet MIL-STD-810G (method 514.5) for vibration n) Meet MIL-STD-810G (method 516.5) for shock 9. Aircraft thresholds and objective requirements are not a part of this request for Information. All comments/questions/concerns are encouraged and should be sent in writing to the Contract Specialist, Katherine Kearney, at Katherine.M.Kearney@uscg.mil. Responses must be no longer than fifteen pages in length. Technical documentation, brochures, if included, does not count in the fifteen page maximum. Submit your response by 12:00 PM EST on February 8, 2016 EST to the Contract Specialist, Katherine Kearney, via email at Katherine.M.Kearney@uscg.mil. Any questions regarding this RFI may be referred to Ms. Kearney via e-mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4e6fd3370b479107e01edb6be2c72f06)
- Place of Performance
- Address: Contractors facility, United States
- Record
- SN03983808-W 20160108/160106234258-4e6fd3370b479107e01edb6be2c72f06 (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 |