SOLICITATION NOTICE
D -- DGPS RTCM REFERENCE STA SOFTWARE UPGRADES
- Notice Date
- 7/30/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (C2EC), USCG Command and Control Engineering Center 4000 Coast Guard Boulevard, Portsmouth, VA, 23703-2199
- ZIP Code
- 23703-2199
- Solicitation Number
- Reference-Number-HSCG44-04-11DGPS156
- Response Due
- 8/20/2004
- Archive Date
- 9/4/2004
- Point of Contact
- Carrie Houck, Contracting Officer, Phone 757-686-4215, Fax 757-686-4018, - Carrie Houck, Contracting Officer, Phone 757-686-4215, Fax 757-686-4018,
- E-Mail Address
-
CHouck@C2Cen.uscg.mil, CHouck@C2Cen.uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The Command and Control Engineering Center (C2CEN), USCG, intends to purchase on a non-competitive basis with The XYZS of GPS Incorporated, Dickerson, MD proprietary software developed for Coast Guard Differential Global Positioning Systems Reference Station Radio Technical Commission upgrades in accordance with the following Statement of work: STATEMENT OF WORK, DGPS RTCM REFFERENCE STATION AND INTEGRITY MONITOR SOFTWARE UPGRADE 1 GENERAL.1.1 Background: The Coast Guard Differential Global Positioning System (DGPS) broadcast network uses an Ashtech Z12R Marine Reference Station (RS) is used to detect Global Positioning System (GPS) signal errors and calculate corrections. And a Trimble 4000IM MSK Integrity Monitor (IM) to provide highprecision positioning and integrity monitoring functions. The RS generates required Radio Technical Commission for Maritime (RTCM) Special Committee (SC) 104 data message and modulates those messages into a medium frequency (MF) signal that is fed to a radio frequency linear power amplifier (RFLPA). The IM generates required enabling data messages for the RS. A problem exists because the Ashtech Z12R and the Trimble 4000IM are no longer manufactured or available. The system functionality of both these equipments is still required by the Coast Guard DGPS System. A replacement method of calculating GPS errors, formulate the required RTCM SC-104 messages and generating a modulated signal to the RFLPA is needed. Basic functionality of both the RS and IM were developed and implemented in an executable software program. These programs were previously delivered under separate contracts by The XYZ?s of GPS to Coast Guard Command and Control Engineering Center (C2CEN). Upgrades to the original software are required in order to meet required new communications and internationally mandated message delivery. Additional levels of configuration change safeguards are also need to ensure critical changes are not made accidentally or without notification to the Nationwide Control Station. 1.2.4 Conflict of Interest: The contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to, cause a conflict of interest. The contractor shall not employ on a part or full time basis an employee of the Coast Guard, uniformed or civilian, unless the Coast Guard has officially approved that employment. 1.3 Quality Control Program: The contractor shall have a written Quality Control Program that is acceptable to the Government and that assures that all work will conform to contract requirements. 1.4 Government Quality Assurance: The Government will evaluate the contractor?s performance under this contract using the task requirements and quality standards in this performance work statement. When an observed defect is other than minor, or when on-the-spot corrective action as to the cause cannot be taken, the Government will use a Contract Deficiency Report (CDR), shown on Exhibit 1, to advise the contractor of the problem and require contractor response or corrective action. 1.4.1 Security Clearances: No special security clearances are required to perform the work under this contract. However, upon request, the contractor shall submit a list to the COTR showing the name and address of each employee (direct or sub-contracted) that will be working on the software development. 2 SCOPE OF WORK.2.1 The contractor shall provide an upgraded integrated version of the DGPS RTCM Reference Station and Integrity Monitor software programs delivered by The XYZ?s of GPS under previous contracts. The software programs run on a Windows based PC platform and provides the functional equivalent to the differential global positioning system (DGPS) integrity monitor or reference station (RS) being used in the present Coast Guard DGPS broadcast system. 2.2 The contractor shall deliver a single software program running on a Windows platform along with raw observable data inputs from a GPS receiver shall provide selectable functionality of either the DGPS reference station or integrity monitor. 2.3 The upgraded software shall provide additional functionality and new RTCM DGPS messages required to be implemented under international standards and treaties. At minimum, the upgraded software shall include the ability to configure, schedule and broadcast of RTCM SC104 Type 60, 62 and 63 messages and complimentary RSIM messages. 2.4 Additional specific upgrades to the software program shall include:a. Ethernet communication that implements TC/IP format b. Integrated single graphical user interface (GUI) with selectable functionality (either RS or IM functionality) c. Automated software installation (installer) capability d. Auxiliary data port implementation e. Logging and playback function for both GPS and MF receiver interface data f. Password protection function for program start, exit and parameter configuration g. Control Station notification, via RSIM message, of local site parameter configuration change. h. Single Windows icon for program start, stop and reset i. Auto-load of Default configuration values after program reset. j. Interface/driver function for an additional GPS receiver (additional manufacturer/brand) k. Interface/driver function for an additional MF receiver (additional manufacturer/brand) 2.5 The software shall be expected to otherwise relate to the rest of the DGPS system as it does currently, including Reference Station and Integrity Monitor (RSIM) message support and Integrity Monitor aspects. 3 GOVERNMENT FURNISHED PROPERTY. 3.1 Property: The Government will provide, without cost to the contractor, the target host equipment and software baseline (Windows 2003 server or XP Pro and drivers for the installed DSP and communication boards). 3.1.1 Equipment inventory: The contractor shall maintain an inventory of equipment furnished by the Government. The COTR and contractor shall conduct a joint inventory of the equipment listed. The COTR and contractor shall jointly determine the working order and condition of the equipment and record any missing items not in the condition stated. 3.1.2 GFP Return: The COTR and contractor shall conduct a joint inventory of the GFP within 10 working days of written acceptance of deliverables from the Contractor. All GFP shall be delivered to C2CEN within 5 working days after completion of the inventory.3.1.3 GFP Equipment Specification: Hardware ? BSI RSM-6129ATX 2U Rackmount Industrial Computer with an Intel D845GERG2 motherboard, 512 MB DDR RAM, 40 GB Hard Drive, Sony CRX195E1 CD-RW, Momentum Data Systems Hawk-89 DSP board plus, and Black Box IC133C Serial Host Adapter. Software ? Windows 2003 Server operating system with drivers for the communication and DSP boards. 4 CONTRACTOR FURNISHED ITEMS. 4.1 The contractor shall furnish any item (software or hardware) required to perform this contract except as specified as Government furnished property listed in Section 3. 5 SPECIFIC TASKS. 5.1 TASKS. 5.1.1 SOW MANAGEMENT. The contractor shall be responsible for coordinating all associated SOW tasks with the C2CEN COTR. 5.2 DELIVERABLES. 5.2.1 Software. All software shall be delivered on CD media in a format supported by the Windows based PC platform. All media shall be clearly marked with the date of the software release, the unique version identifier and the supported platform. The contractor shall deliver eight (8) copies of the media. The delivery shall also include upgrade executable licenses all previously delivered RTCM DGPS Reference Station and Integrity Monitor software and executables. Additionally, the delivery shall include eight (12) twelve additional executable software licenses. 5.2.2 Documentation. 5.2.2.1 Software Test Plan: The contractor shall prepare a Software Test Plan to define the schedule for all testing to be performed under this effort. 5.2.2.2 Software Test Description: The contractor shall prepare a Software Test Description, which define the procedures for all testing to be performed under this effort. 5.2.2.3 Software Test Results: The contractor shall prepare a Software Test Report to describe the results for all testing performed under this effort. 5.2.2.4 Software User?s Manual: The contractor shall provide a revised version of the previously delivered Software User?s Manual that describes the implementation and use of the software. A hardcopy and eight (8) electronic copy formats (either PDF or MS Word) shall be provided. The electronic copies may be included on the CD with the software. 6 ACCEPTANCE TESTING. 6.1 CRITERIA 6.1.1 The delivered software shall be installed on a Windows based PC platform with the same or equivalent specifications as the GFP provided to the Contractor. The installation will be done as specified in the Contractor provided Software User?s Manual. 6.1.2 The Windows PC platform will be installed in a known working Coast Guard DGPS system engineering site. 6.1.3 Output corrections measurement observables will be recorded and compared with those obtained from a parallel non-PC based RS system at the same engineering site. 6.1.4 The test will be conducted for a minimum of 10 day and maximum of 30 day period. 6.1.5 Correction measurement observables generated by the delivered software and PC platform must be equivalent to those generated by the non-PC based system. 7 DELIVERY SCHEDULE 7.1 Preliminary Software Demonstration: 60 days after contact award 7.1.1 Testable Software and Draft Documentation: 100 days after contact award. 7.1.2 Final Software and Documentation: 150 days after contact award. 8 DEFINITIONS. C2CEN COTR: The C2CEN COTR for this SOW is Mr. Allen Cleveland for engineering services,technical assistance and support. C2CEN: U.S. Coast Guard, Command and Control Engineering Center, Portsmouth, Virginia. Contractor: The term ?contractor? as used herein refers to the prime contractor and sub-contractors. COTR: Contracting Officer?s Technical Representative. COTS: Commercial Off the Shelf DSP: Digital signal processing. Government: Any U.S. Department of Transportation or U.S. Coast Guard representative. GFP: Government Furnished Property GUI: Graphical User Interface. MF: Medium Frequency RFLPA: Radio frequency linear power amplifier. RSIM: Reference Station and Integrity Monitor. RTCM: Radio Technical Commission for Maritime. SC: Special Committee. SOW: Statement of Work. 9 REFERENCES. RTCM PAPER 136-2001/SC104-STD, RTCM Recommended Standards for Differential GNSS, ver 2.3, dated August 20, 2001 RTCM PAPER 137-2001/SC104-STD, RTCM Recommended Standards for Differential NAVSTAR GPS Reference Stations and Integrity Monitors (RSIM) ver 1.1, dated August 20, 2001 Z-12R DGPS Reference Station Operation & Technical Manual. COMDTINST M16577.1, Broadcast Standard for the USCG DGPS Navigation Service This parocurement will be processed in accordance with FAR Part 13. This proposed action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement. The software is to be tested in Portsmouth, vA. The NAICS Code is 541511. Telephone requests will not be accepted. All inquires are to be directed via e-mail or fax (757) 686-4018. See note 22. E-mail address is chouck@c2cen.uscg.mil.
- Record
- SN00633508-W 20040801/040730211555 (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 |