Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
SOLICITATION NOTICE

66 -- Global Positioning System (GPS) Simulator

Notice Date
7/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX08T0157
 
Response Due
7/25/2008
 
Archive Date
9/23/2008
 
Point of Contact
Barbara Gerace, (505)678-3579
 
Small Business Set-Aside
N/A
 
Description
(i) This 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; proposals are requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-08-T-0157. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv) The associated NAICS code is 334511. The small business size standard is 750 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 1: GPS Simulator, QUANTITY: 1, UNIT OF MEASURE: EA. CLIN 2: Shipping, QUANTITY: 1, UNIT OF MEASURE: EA. vi) Description of requirements: The Contractor shall provide a GPS Simulator per the following specifications: Minimum of 16 channels of L1 (frequency code for 1575.42 Mega Hertz) with both C/A (Course Acquisition Code) and P (Precise Code)codes; Minimum of 16 channels of L2 (frequency code for 1227.60 Mega Hertz)with both C/A and P-codes; Two RF (Radio Frequency) output ports; Simulation of L2C(frequency code for 1227.60 Mega Hertz with Civil code) civil frequency; Simulation of a spectrally representative M (Military code)-code signal; Simulation of the SBAS (Satellite Based Augmentation System)satellites (WASS (Wide Area Augmentation System), EGNOS (European Geostationary Navigation Overlay Service)and WSAS (Multi-function transportation Satellite-based Augmentation System)). Simulator must simulate dynamic motion in land, sea, air and space. Simulator must be readily available to be upgraded to the following: - GPS JPO (Global Positioning System Joint Program Office) approved classified Y (Encrypted code)-code and SAASM (Selective Availability Anti-Spoofing Module). - The Pseudo M-code as described in Interface Control Document-Global Positioning System at ICD-GPS 700A. - L5 frequency. Maximum signal dynamics: Velocity +/- 100,000 m/s; Acceleration +/- 3,600 m/s2; Jerk +/- 5,000 m/s3; Signal quality: Spurious less than -35 dbc; Harmonics less than -40 dbc; Stability 5x10-7 parts per day; Signal Accuracy: Pseudorange +/- 0.010 m; Pseudorange rate +/- 0.001 m/s Delta pseudorange +/- 0.005 m; Signal output level of minimum of -160 dbw on both RF outputs; Signal output level control of minimum of +/- 20 db with 0.5 db resolution; Simulator and/or PC controller must be mountable on a standard 19 rack; PC controller must include the required operating software. Software and Hardware must be compatible with existing government owned Spirent GPS Simulator. User manuals, cables, monitor, keyboard, mouse, software, and any other components necessary for operation of the GPS Simulator shall be included; Required input power 120 vac, 60 Hz; Minimum of 12 month warranty on all components and software upgrades. (vii) Delivery is required by 90 days after receipt of contract Delivery shall be made to US ARMY RESEARCH LABORATORY, ATTN: SHIPPING AND RECEIVING, ABERDEEN PROVING GROUND, ABERDEEN, MA 21005-5001. Acceptance shall be performed at the same address. The FOB point is destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical. The technical evaluation will be a determination as to whether the proposed product meets all of the specifications set forth in the solicitation based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. Vendors must furnish as part of their proposal all descriptive material such as cuts, illustrations, drawings, or other information necessary for the Government to determine whether the proposed product meets the performance characteristics and specifications of the requirement. If the vendor proposes to modify a product so as to conform to the requirement of this solicitation, the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. 2. Past Performance. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Include records of at least two recent sales and identify a point of contact for each by providing a name, phone number, or email address. 3. Price. Technical and past performance are of equal importance and when combined are significantly more important than price (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/ DFARS clauses cited in this clause are applicable: 52.203-6 ALT I, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-5, 52.225-13, 52.232-33, 52.233-3, 52.233-4, 52.203-3, 252.225-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002. Clauses and provisions can be obtained at www.arnet.gov. (xiii) The following additional contract requirement(s) or terms and conditions apply: None (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NA. xv) The following notes apply to this announcement: None. (xvi) Offers are due on 25 July 2008 at US Army Research Laboratory, ATTN: Barbara Gerace, bgerace@arl.army.mil; Bldg 1624, White Sands Missile Range, NM 88002-5512 (xvii) For information regarding this solicitation, please contact Barbara Gerace by email at bgerace@arl.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=587d739a9b59394ce702c4557f43d3b4&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi Aberdeen Proving Ground Aberdeen MD
Zip Code: 21005-5501
 
Record
SN01611356-W 20080712/080710222131-587d739a9b59394ce702c4557f43d3b4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.