N102C-17-0001 August 21, 2017
From: Military Sealift Command (MSC), N102C
Subject: ECDIS and S-Band 10cm and X-Band 3cm Radar Replacement
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY, OR TO CONTRACT FOR SERVICES. ALL DOCUMENTS ARE DRAFT AT THIS TIME AND COULD CHANGE SUBSTANTIALLY IF AN OFFICAL REQUEST FOR PROPOSAL IS ISSUED. (REF FAR 52.215-3)
1. Background:
The Military Sealift Command (MSC) requires commissioning and training for ECDIS & Radar Systems, The Contractor shall provide goods and services specific to the ECDIS & Radar Systems onboard MSC vessels identified by MSC during the term of this Contract.
The anticipated NAICS code for this requirement is 334511 with a size standard of 1,250
2. Scope:
This procurement is for ECDIS units with corresponding S-Band 10cm and X-Band 3cm radar units for MSC ships. The new ECDIS and S-Band 10cm AND X-Band 3cm system shall meet the requirements all US Navy, ABS, USCG and IMO requirements specified. The contractor will provide all details of the units, including certifications and how they meet this specification in their proposal. The contractor will provide ship sets and spares of ECDIS, S-Band 10cm and X-Band 3cm radar systems in accordance with the options stated on the Statement of Work/Performance Work Statement.
The attached Performance Work Statement is a working draft of the scope to be included in this contract.
3. Information Requested
In order to understand to receive feedback from the industry, the following questions/comments are posed:
3.1 Please provide the following information with your submission: Company Name, Company Address, Point of Contact, Socio-Economic Categories, Size Standard, and Company Cage Code.
3.2 Is your company capable of providing all the services and tasks associated with the different systems listed in the PWS? Please provide a brief synopsis of your company's capabilities and how they relate to the requirements of this PWS.
3.3 How long of a transition period would be required for successful performance of all requirements of this PWS.
3.4 Would there be any Government Furnished Equipment/Information/Property required for successful performance?
3.5 Do you have any questions/comments on the PWS that would provide further clarification on requirements or more efficient ways to complete the required tasks?
Responses to this request are due by September 8, 2017 at 3:30 PM, Eastern Time Zone. Electronic submissions (E-mail) shall be made using either the Portable Document Format (PDF) or Microsoft Word and addressed to Mr. Robert Joas at [email protected]; the sole designated E-mail address and inbox for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. Offerors are advised that the Government may be unable to receive other types of electronic files (e.g., .zip files) or files in excess of 20 megabytes. In all cases, Offerors are responsible for the risks associated with the chosen delivery method and for ensuring the Government is in receipt of the complete package prior to the due date and time.
Attachments:
1) Draft Statement of Work