Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

66 -- DIFFERENTIAL GLOBAL POSITIONING SYSTEMS (DGPS)

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFQ2-38162
 
Response Due
9/25/2002
 
Point of Contact
Alma N. Garcia, Purchasing Agent, Phone (650) 604-5803, Fax (650) 604-3020, Email agarcia@mail.arc.nasa.gov
 
E-Mail Address
Email your questions to Alma N. Garcia
(agarcia@mail.arc.nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This RFQ (RFQ2-38162) adds specifications to the statement of work previously advertised as RFQ2-38155. RFQ2-38155 was cancelled on 9/18/02. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA-Ames Research Center plans to purchase a Differential Global Positioning Systems (DGPS). Statement of Work NASA Ames is engaged in a long-term research program related to the operation of intelligent robots on other planets. As part of this research program, Ames developed the K9 rover, a prototype planetary surface robot with a chassis developed at the Jet Propulsion Laboratory and electronics developed at Ames Research Center. The K9 group is currently adding capabilities and instrumentation to the rover which are important to researchers who wish to test their technology using the rover. An important part of the research performed on the rover is navigation to science targets, avoiding obstacles. In order to test these abilities and demonstrate the robustness required for actual flight to Mars, the rover team must make many repeated test runs in an outdoor simulated Mars environment, and accurately measure the rover's path. The rover team must also compare the rover's model of where science targets and obstacles are in the environment to their actual location. Differential Global Positioning Systems (DGPS) appear to be the most reasonable way to locate the rover accurately over a large area and without a line-of-sight requirement between the rover and a base station. DGPS requires a base station of known location and a mobile station. If more than one simultaneous measurement is required, multiple mobile stations can make use of the information from the single base station. Power requirements and size are important for the mobile rover system. The DGPS has the following requirements: - Simultaneous measurements: Location measurements must be simultaneously available on both the rover and also a hand held unit. - Accuracy: Accuracy is particularly important when moving the rover arm to measure a sample from a rock. Location measurements must be accurate to within 1.5 centimeters for both horizontal and vertical directions. - Update rate: The rover and hand held units must provide at least 20 updates per second (10 Hz); faster is better. - Measurement range: This system will be used during extended field tests outside Ames. The maximum distance between the base station and the rover or mobile station is 2 kilometers.= =20 Line of sight cannot be required between base station and rover. - Communications link: If a communications link is required by the DGPS between base and mobile stations, it must be standard RS-232, 38400 baud or less, and function with up to 1 second of latency. (The RS-232 information will be routed over an existing radio newtwork). The vendor is not required to provide a wireless link. - Power (rover): Power draw is of critical importance on the rover, since the rover is powered by solar cells. The rover mobile unit must use no more than 4 watts of power, and must be compatible with a 12 volt DC supply. - Size (rover): Space is of critical importance inside the chassis of the rover. The rover mobile unit must be no larger than 4" x 7" x 1" - Size (hand held): The hand held mobile unit must be enclosed and should be reasonably small (10" x 5" x 3" or smaller is desired). The Specifications for the DGPS are as follows: 1. Quantity 1 of DGPS receiver board with Novatel part number OEM4-RT2 or equivalent.=20 This unit will be used on the K9 rover. 2. Quantity 2 of an enclosed DGPS receiver unit with Novatel part number PwrPak-4-RT2 or equivalent. One unit will be used as a base station and the other unit will be a handheld unit. 3. Quantity 3 of an antenna with Novatel part number GPS 600 or equivalent. These are antennas for the above DGPS units. 4. Quantity 2 of a 2.2 meter antenna cable with Novatel part number 01016644 or equivalent. 5. Quantity 2 of a 5 meter antenna cable with Novatel part number GPS-C006 or equivalent. 6. Quantity 1 of an interface antenna hook up (Novatel part number 01016772 or equivalent) for the OEM40RT2 or equivalent unit. The provisions and clauses in the RFQ are those in effect through FAC 01-08. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 421490 and 100, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA-Ames Research Center is required within 5 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 1:00PM (PST)on 9/25/02 and may be mailed or faxed to Alma Garcia, NASA-Ames Research Center, M/S 241-1, Moffett Field, CA 94035-1000, FAX: (650) 604-3020 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:=20=20=20=20 http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.223-3, Convict Labor 52.233-3, Protest After Award 52.222-21, Prohibition of Segregated Facilities=20 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-19, Child Labor - - Cooperation with Authorities and Remedies 52.225-1, Buy American Act - - Supplies=20 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration 1852.204-74, Central Contractor Registration 1852.215-84, Ombudsman, (Insert: Thomas Moyles (650) 604-5073) 1852.223-72, Safety and Health (Short Form) SUBMISSION OF INVOICES--FIXED PRICE (ARC 52.232-93) (MAR 2001) (a) Invoices shall be submitted to the Accounting Operations Branch, M/S 203-18, Ames Research Center, Moffett Field, CA 94035-1000, in quadruplicate (an original and three copies). (b) Reporting Requirements under Taxpayer Relief Act of 1997 (1) The Taxpayer Relief Act of 1997, enacted August 5, 1997, requires Federal executive agencies to file information returns (i.e., Form 1099-MISC) for payment of $600 or more to corporations for services. Payments for services under certain confidential or classified contracts that meet the requirements of Internal Revenue Code Section 6050M(e) are excluded from the reporting requirements. This change became effective as of January 1, 1997. (2) In order to comply with the Act, the contractor shall separately subtotal taxable services and nontaxable materials and supplies on each invoice. If subtotals are not specified on the invoices, the Government will presume that the entire invoice amount is reportable and will be shown on the Form 1099-MISC generated by NASA and provided to the contractor and the Internal Revenue Service. (c) Invoices shall denote the numerical sequence of the invoice, and shall include the contract number, delivery order number (if any), Taxpayer Identification Number (TIN#), Banking Information for Electronic Funds Transfer (EFT), contract line item number(s), description of supplies or services, quantities, unit prices, and extended totals. If shipped on Government Bill of Lading, indicate Bill of Lading number and weight of shipment. (d) This contract does not provide for partial payments. If applicable, payments will be made in accordance with the following schedule: (End of Clause) The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL:=20=20=20=20=20 http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than 9/23/02. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: 1)Technical Acceptability, technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. 2)Delivery, 3)Past Performance, provide a list of 3 (three) prior customers and a brief description of work provided that is relevant to the services required. Include customers' name and telephone number, 4)Overall cost. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any):=20=20=20=20= =20 http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=3DC&pin=3D21=09=20=20 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL:=09 http://genesis.gsfc.nasa.gov/nasanote.html=09=20=20=20
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=3DD&pin=3D21#103200)
 
Record
SN00170500-W 20020920/020918213920 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.