Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOURCES SOUGHT

59 -- Industry comments and potential sources for new DGPS Transmitter for the US Coast Guard

Notice Date
5/13/2008
 
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), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199
 
ZIP Code
23703-2199
 
Solicitation Number
2108DGPSTransmitterRecap
 
Response Due
6/13/2008 6:15:00 PM
 
Point of Contact
Carrie J. Houck,,
 
E-Mail Address
Carrie.F.Houck@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is NOT A Request for Quotation or a Request for Proposals. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The NAICS Code is 334220 This RFI is issued to survey the commercial market to determine the availability of potential solutions and commercial products available in the market. Comments from industry are requested on the feasibility of the Statement of Objectives (SOO). It is the Government’s intent to procure a system with expandable capabilities. United States Coast Guard Differential Global Positioning System (DGPS) Transmitter Recapitalization Project Statement of Objectives (SOO) 1.0Purpose: The Maritime Differential Global Positioning System (DGPS) Service, operated by the U.S. Coast Guard, consists of 86 remote DGPS broadcast sites. The United States Coast Guard (USCG) is interested in procuring, installing, and operating a proven, commercially available radiobeacon transmitter for the USCG’s Maritime DGPS Service. 2.0 Overall Objectives: The USCG’s Maritime DGPS Service provides navigation information for coastal areas, harbors and waterways in the continental U.S., the Great Lakes, Puerto Rico, and portions of Alaska, Hawaii, and a greater part of the Mississippi River Basin. The correction signal is broadcasted on marine radiobeacon frequencies to improve the accuracy and integrity of GPS-derived positions. As part of a multi-phased DGPS modernization project, the USCG is seeking technical information regarding available DGPS Radiobeacon Transmitters. The DGPS radiobeacon must be compatible with the existing DGPS architecture and must be capable of broadcasting accurate navigation correction messages. The Department of Homeland Security (DHS) mission requires a rapid phased deployment of the DGPS transmitter. The operational objective is to enhance system availability and reliability for maritime safety in critical waterways. With DGPS, the USCG’s radiobeacon system meets the Federal Radionavigation Plan (FRP) accuracy requirements for Harbor/Harbor Approach (HHA) navigation and international Safety Of Life At Sea (SOLAS). The existing USCG DGPS Service is required to deliver 10 meter accuracy, but typically delivers accuracies of 1-3 meters in all established coverage areas. For a system to be considered, it must meet the basic mission goals while maintaining an inherent ability to grow and improve in capability through next generational technological insertion and optional system enhancements. 3.0 Scope: The system will be installed as a sub-system which must integrate with the existing DGPS architecture. The system must fully integrate with legacy DGPS equipment and future DGPS upgrades. The system designed must incorporate open architecture methodology to the greatest extent possible and use standard government and non-proprietary commercial protocols. The system should minimize proprietary interfaces with outside sources or other proprietary systems without degrading the current baseline capabilities and requirements. In an effort to execute the project’s testing, procurement, and implementation goals, the vendor may be contracted to assist during the primary installation phases at remote DGPS sites. The USCG may exercise options to purchase additional units and/or services for remaining DGPS sites, DGPS training sites, and DGPS Testing and Research Facilities. 4.0 Discussion: The proposed DGPS Radiobeacon Transmitter system must consider the existing DGPS Transmitter system. 4.1 Baseline Requirements: The DGPS Transmitter shall meet the following core requirements: a)System must be capable of broadcasting standard RTCM formatted DGPS signals to prescribed coverage areas using the carrier frequencies within the DGPS frequency range of 283.5–325 kHz. b)The prospective DGPS Transmitter system shall interface with the DGPS architecture and must broadcast the DGPS navigation signal. c)The new system must be IP addressable. The transmitter must incorporate system controls via Transmission Control Protocol-Internet Protocol (TCP-IP) connectivity in conjunction with HyperText Markup Language (HTML) capability. d)Depending on the DGPS station location and broadcasted station identification code, the beacon transmitter must be capable of sending data at a rate of 100 or 200 bits per second with 50 ohms impedance. e)The new transmitter which combined with the existing system must meet DGPS availability requirements in accordance with COMDTINST M16577.1, April 1993, Broadcast Standard for the USCG. (Including support for E3 and TEMPEST programs as described in paragraph 4.3.2.j. and k.) f)The solution shall allow for full system operation from a remote location using message formatting compliant with the RTCM recommended standards for Differential NAVSTAR GPS reference stations and integrity monitor (RSIM) systems. This standard stipulates that the Transmitter will receive, interpret, and transmit formatted messages for RSIM messages: 1, 2, 5, 24, 25, 26, and 27. g)The transmitter must have a dual transmitter design. h)Each transmitter must provide a method of displaying actual operating hours (i.e. Elapsed Time Indicator (ETI), etc.). The display will measure the system’s actual operating hours, and will be used to track the Mean Time between Failure (MTBF). i)The selected system shall incorporate remote environmental monitoring. 4.2 Logistics and Logistics Support Objectives: The USCG goal is to establish a dual maintenance concept with on-site CG organizational maintenance which may include contractor support for on-site system maintenance and repair. Vendors may be contracted to assist during the first phase of system implementation. Vendors should communicate their proposed support concept to address all traditional logistics elements (include the elements specified in section 4.3.2) as they pertain to Organizational and Depot level support. Automated tracking of maintenance requests and troubleshooting assistance will be required. Maintenance support may include a combination of on-site spare components and technical support. Operating units will be required to provide minimal operator and preventative maintenance on-site and minor calibration adjustments. Operational availability is an overarching performance metric for determining the success of the DGPS Transmitter Recapitalization Project. The USCG and the contractor shall determine a cost effective method to maintain overall system-wide availability in accordance with paragraph 4.1(e). An extended warranty option must be segregated from the procurement and proposed as a recurring annualized cost. 4.3.1 Warranty Program: Proposal shall present a warranty program sufficient to support the operational and maintainability profile of the new transmitter system components (e.g. reliability, availability, maintainability, etc). At a minimum, the following warranty requirements shall be addressed: a)Identify and address warranty coverage and provisions of the selected product. Additionally, the contractor shall accept the responsibility to correct any failures or defects that occur during the initial contract. b)Identify all warranty items, length of warranty, the dates or time remaining on each warranty, method and contact for services under the warranty, and conditions of the warranty. Identify costs and periods for potential warranty extension periods. c)Identify duration and limitations of warranty, timeframe for resolution of warranty claims, provisions for extended warranty, replacement and repair of warranty items. d)Provide trend analysis and quality of product design for components returned, replaced or repaired under warranty. This information shall be made available for government review. e)Address the manner in which the operating units will receive support of items covered by a warranty. f)All latent defective components will be removed from USCG storage after the prescribed warranty period. Components that fail due to design or manufacturing flaw or defect shall be repaired and replaced at the contractor’s expense. g)The contractor agrees to correct any deficiency in design, material, or workmanship discovered during system testing and operation. h)The contractor shall provide 24 hour technical assistance to USCG maintenance crews supporting the deployed system. 4.3.2 Logistics Support Proposal Propose a robust logistics support plan option for the post-warranty. The DGPS Transmitter system requires logistics support including the following objectives: a)Once purchased, the USCG will obtain all rights for the DGPS Transmitter. b)Initial operator, installation, and maintenance training. Additional system training may be conducted by the contractor. c)A non-proprietary operator and maintenance training package including job aids. d)Peculiar test and support equipment. e)Publications and maintenance procedures in legacy system format for incorporation into the USCG’s Computerized Maintenance System and the Coast Guard Technical and Information Management System (CG-TIMS). f)The contractor shall provide a spare parts kit to be stored with the installed transmitter. The kit shall contain assemblies and subassemblies that will enable restoration of the transmitters to meet short-term operational requirements during any casualty. (i.e. all single points of failure preventing signal propagation shall be included in the spares kit) g)Configuration Management (CM) processes shall also be compliant with an identified commercial or DOD standard (such as ANSI/GEIA EIA-649-A "National Consensus Standard for Configuration Management" or MIL-HDBK-61 Military Documents Index, Title, Configuration Management Guidance) as supplemented by the USCG. h)E3 Design: The basic Electromagnetic Environmental Effects (E3) will not degrade the performance of the current DGPS. Offeror to support the government with technical support and correction of the DGPS Transmitter system issues which are identified as being non-compliant. The DGPS Transmitter evaluations, analyses, and/or testing will include the following electromagnetic environmental concerns: 1)Electromagnetic Compatibility (EMC) 2)Electromagnetic Interference (EMI) 3)Electromagnetic Vulnerability (EMV) 4)Hazards of Electromagnetic Radiation to Fuel (HERF) 5)Hazards of Electromagnetic Radiation to Personnel (HERP) 6)Atmospheric effects a.Lightning b.P-Static c.Electrostatic Discharge j) A long-term (>10 year) sustainment plan option for the mission system. k)Offeror plan to address and avoid obsolescence through technology refreshment. l) To monitor and manage the life cycle of the DGPS Transmitter system, a Transmitter Procurement Team shall be established to include CG, government, and contracted personnel. m)The USCG will use DGPS Field Service Representatives (FSRs) in conjunction with contractors which are proficient in DGPS technology to conduct Organizational-Level maintenance on the transmitter system. 4.4 Performance parameters: At a minimum the means to meet, verify, and analyze the following system standards shall be presented: a)An Operational Availability (Ao) threshold of system critical items sufficient to meet the USCG’s mission capability requirements. b)Organizational-Level (O-Level) maintenance Mean Time To Repair (MTTR) system malfunctions or problems. c)An established standard for Logistics Response Time (LRT) from maintenance demand to initiating corrective action. d)Other Supply Chain Management Metrics (such as Perfect Order Fulfillment) to be negotiated. e)Customer service response standards and performance measures. f)Organizational-Level (O-Level) maintenance Mean Time Between Failure (MTBF) Rate 4.5 Current System Technical Specifications For a system to be considered for product selection it must meet or exceed all FCC requirements and the current DGPS minimum technical specifications and requirements listed below: a)Broadcast frequency range: 283.5 kHz to 325 kHz. b)Power output: Carrier power into 50 ohms continuously with adjustable increments from 50 watts to 2500 watts. c)Input power: As an option the transmitter is capable of operating on 115/230V +/- 10%, single phase 50-60 Hz or 144 VDC. d)Metering: Forward power output, reflected power, PA voltage, PA current e)Monitoring: Remote monitoring and control capabilities. Transmitter shuts down when power falls below a selected adjustable value, or when the VSWR rises above the adjustable value. With a dual system a shutdown signal initiates a transfer from the primary transmitter to the secondary transmitter. f)Working conditions: continuous unattended operation. Ambient temperature: -40° to +70° Celsius; Relative humidity, 0-95%; High salinity as encountered in offshore conditions. g)The transmitter shall accept Minimum Shift Keying (MSK) modulated carrier signal. h)Circuit protection: Individual fuses to protect AC and DC circuits, a VSWR circuit shutdown the transmitter if VGSWR exceeds the adjusted value. i)Noise and hum level: At least 40 dB below the carrier level. j)Spurious emission: At least 70 dB below the 1000 watt carrier. (measured at a dummy load) Harmonic levels shall not exceeding –80 dB relative to carrier when used in conjunction with existing Automatic Tuning Unit into a standard antenna load. k)Comply with RTCM RSIM communication standard. 4.6 Business Case Analysis The DGPS Transmitter Recapitalization Project proposal business analysis shall clearly identify: a)all assumptions b)methodology used c)system capabilities d)modeling programs, entering arguments, and results e)approach for comparison of results f)all government furnished information/equipment required g)all manufacturer furnished information/equipment requirements 5.0 Objectives: 5.1 Program Objective: The objective of the Transmitter Recapitalization Project procurement is for the offeror to identify, test, manufacture, and deliver a DGPS Transmitter system that meets the requirements of operational effectiveness. It will provide for sound reliability and cost effective maintainability at the most affordable entry and life cycle cost to the government. 5.2 Contract Objectives: a)Establish the best commercial practices to procure and install operational capabilities for DGPS sites without detrimental impact to operational readiness. b)The implemented contract shall identify the flexibility to adapt to contingencies resulting from changes or modifications to procurement schedule and workload requirements. c)Identify a capable entry-level system and existing or proposed capability enhancement options to prolong system life cycle. d)Design and Verification: Verify that the design of the DGPS Transmitter system satisfies the user’s performance requirements. e)Configuration Management: Establishment of a product baseline to define the configuration of the DGPS Transmitter system with a demonstrated capability to satisfy the USCG and its user’s performance requirements. Establishment and maintenance of a configuration management process, consistent with C2CEN’s and the USCG Configuration Control Board Process, to control the DGPS Transmitter system’s configuration for the life of the contract. f)Establishment and maintenance of a C2CEN Navigation Aids Branch Transmitter System Evaluation Team, to include government and/or contracted personnel, for testing and integration of the selected DGPS Transmitter system. g)Quality Control: Development, demonstration, and maintenance of a quality program to ensure the DGPS Transmitter system is produced and system performance is in accordance with this SOO. h)Technical Information: Development and delivery of required data to support the DGPS Transmitter system (including provisioning, installation, operational and repair manuals, and engineering data) consistent with the maintenance concept. Format compatibility of the data with existing government systems is fundamental. i)The contractor shall provide the final product within 30 days of the contract award. The final product shall be declared by the contractor and approved by the USCG. j)If modifications are required to the initial product, the delivery of the final product shall be negotiated during the post award. k)Other elements as determined by the offeror’s submission. 5.3 Management Objective: The management objective is to allow the offeror maximum flexibility to innovatively manage the projected schedule, performance, costs, risks, warranties, subcontracts, and data to provide the DGPS Transmitter system that satisfies the government’s performance and best value requirements. 5.4 Logistics Objectives: a)Develop an Integrated Logistics Support (ILS) program to include technical maintenance and Commercial and Non Developmental Items (CaNDI) documents, prime contractor spares, provisioning technical documentation, configuration document, training documentation, and other support elements needed to maintain and operate the training device when fielded. The document shall be used during the life cycle support for the DGPS Transmitter device. b)The contractor will provide “Turn Key” Logistics Support to operate and maintain training for the DGPS Transmitter. This shall guarantee reliability and availability level, including spares, associated user documents, support data, test equipment, and maintenance training. 6.0 Offeror Responses: All comments, questions and information shall be sent electronically to Carrie.F.Houck@USCG.mil. Telephone inquiries shall NOT be accepted. 6.1 Amplifying Information Technical information about DGPS is outlined in the COMDTINST M16577.1. Additional DGPS information is located at http://www.navcen.uscg.gov/. Amplification of technical information can be obtained from Ms. Carrie Houck at carrie.f.houck@uscg.mil or (757) 686-4215. Questions or informational request will be forwarded to a technical expert. All questions and responses will be published on the www.fedbiz.oppgov. 7.0 References: a)COMDTINST M16577.1, April 1993, Broadcast Standard for the USCG DGPS Navigation Service, U.S. Coast Guard b)ANSI/GEIA EIA-649-A "National Consensus Standard for Configuration Management" c)MIL-HDBK-61 “ Military Documents Index, Title, Configuration Management Guidance d)The U.S. Department of Homeland Security United States Coast Guard. The Navigation Center of Excellence. 21 March 2008. <http://www.navcen.uscg.gov/gps/>. e)Federal Radionavigation Plan 1994, U.S. Department of Defense, DOD-4650.5 and U.S. Department of Transportation, DOT-VNTSC-RSPA-95-1, National Technical Information Service, Springfield, VA, May 1995. f)Broadcast Standard For The USCG DGPS Navigation Service, COMDINST M16577.1 April 1993, Commandant (G-OPN), U.S. Coast Guard Headquarters, Washington, DC. g)Homeland Security Acquisition Regulation (HSAR), December 2006 edition, U.S. Department of Homeland Security. Issued by Chief Procurement Officer (CPO). h)Federal Acquisition Regulation (FAR), Civilian Agency Acquisition Council and The Defense Acquisition Regulations Council; Federal Acquisition Circular (FAC) 2005-21.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3370871b61118d78fbbb0b85579193a2&tab=core&_cview=1)
 
Place of Performance
Address: 4000 Coast Guard Blvd (C2CEN), Portsmouth, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN01572021-W 20080515/080513220722-3370871b61118d78fbbb0b85579193a2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.