Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2004 FBO #0999
SOLICITATION NOTICE

66 -- GPS Spread Spectrum Moose Collars

Notice Date
8/19/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
U S GEOLOGICAL SURVEY, APS PO BOX 25046, MS204B DENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
GSCR040167
 
Response Due
9/5/2004
 
Archive Date
8/19/2005
 
Point of Contact
CHERYL FLANAGAN CONTRACT SPECIALIST 3032369323 ;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Any amendments to this solicitation will be placed only in the FedBizOps. (ii) This solicitation is being issued as a Request for Proposal. (iii) The solicitation document applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-24. (iv) The NAIC Code is 334220 and the Size Standard is 750 employees. This is a fixed price type contract. (v) The following is a list of contract line item numbers (CLIN), quantities and units: CLIN 0001 quantity of twenty-six (26) spread spectrum Global Positioning System (GPS) collars with partial cast, activity sensor, mortality sensor and remote release mechanism for tracking moose. Offerors shall offer a fixed unit price and a fixed price for the total quantity. Two deliveries shall be required to allow the Government to adjust collar size as needed. (vi) Required minimum specifications are as follow. GPS: Each collar shall be equipped with a Global Positioning System (GPS) capable of acquiring and storing ?11 GPS-based locations/day for ?900 days under conditions typical of high elevations in the northern Rocky Mountains. Acquired data shall include date, time, latitude, longitude, and elevation, and shall be stored on board the GPS unit in non-volatile memory. The Government shall be able to specify and/or program data collection interval for activity sensor. Data collection interval shall initiate with each GPS fix attempt and record the number of seconds a switch closure is detected and accumulated during the specified data collection interval. The actual number returned shall be a percentage of the total number of seconds in the entire collection interval. GPS duty cycles and location acceptance criteria shall be fully programmable, and the data fully downloadable, under field conditions with a laptop computer and in a manner that does not compromise the durability (see below) of any component of the collar. Location acceptance criteria shall allow the user to skew data collection to emphasize 3-D over 2-D fixes. Data Transfer System: Data transfer system shall be designed to recover GPS positional information and other data from the specified configurations of GPS systems deployed on moose. Data shall be transferred via a frequency-hopping spread-spectrum (FHSS) bi-directional data modem. Utilization of advanced spread spectrum technology makes the system more robust in the presence of noise sources and in hostile radio interference environments as compared to simple single channel FM data modem systems. Data transfer system: Shall operate within the specifications set forth by the Federal Communications Commission in the unlicensed industrial-scientific-medical (ISM) band at 902-928 MHz. It shall use a TCP/IP based protocol for data transfer with a data on-air bit rate of approximately 19200 bits per second, and an effective bit rate of approximately 5200 bits per second. Transfer rate can slow to approximately 12-15 GPS positions/second when supplemental data used for post-processing differential correction are included. It shall allow the option to transfer either uncorrected GPS data with or without the associated data for DGPS. It shall incorporate an error correction detection scheme utilizing interleaving to maximize the benefit of error correction resulting in an approximate 5 to 8-miles line of sight range performance for the system from a functional animal born collar to a ? wave omni-directional antenna mounted on aircraft. Data shall be downloadable on command from the collar-mounted unit anytime during preprogrammed receiving intervals. Each transceiver shall have a unique IP address that allows a specific unit and download on an individual basis. GPS location solutions shall be obtained on a preprogrammed basis and stored in collar-mounted units' memory. Government shall be able to select the data to be downloaded based on the timeframe. All data stored on the collar shall be downloadable or data collected during specific dates shall be capable of selection. Supplemental data including activity measurements collected shall also be downloadable via data transfer system. Operational parameters for transceiver shall be programmable by Government prior to deployment. System shall provide status information via VHF beacon with user specified frequency (170-171 MHz). Units shall contain mortality signals with special pulse rate indicating unit inactivity for a period exceeding 4 hours. VHF power shall be independent of GPS unit and have an expected life of approximately 2.5 years operational life at 25? C. The collar shall provide system health status, status of the previous GPS fix attempt and animal mortality. Beacon shall be purposely inhibited when unit is fixing position or communicating across spread spectrum data link. VHF beacon shall be a fully independent system operating on independent power supply such that failure of other systems shall not negatively impact the performance. VHF beacon shall act as a backup system for unit recovery from the animal even if the other systems fail. Government also requires additional specifications associated with the Spread Spectrum Transceiver: FREQUENCY STABILITY of ? 2 PPM (-30C-70C); OPERATIONAL TEMPERATURE of -30 to +70 C; BIT RATE of 19.2Kbits/sec; TX POWER OUTPUT of 0.5W; RX SENSITIVITY of.5uV/12dB SINAD 20Khz deviation; IMAGE REJECTION of > 40dB; SURFACE ACOUSTICAL WAVE (SAW) FILTER; FREQUENCY RANGE of 902-928MHZ; SPREADING TECHNIQUE of FREQUENCY HOPPING, 50 CHANNELS, PN CODING; ERROR CORRECTION of PROPRIETARY CRC CODE WITH INTERLEAVING; COMMUNICATION RANGE of 5-8 MILES, LINE OF SIGHT; VOLTAGE of + 3.0 to 3.65 VDC; SLEEP CURRENT of 0.1uA; STANDBY CURRENT of 7uA; TX CURRENT of 600mA@3.0V;RX CURRENT of 60mA@3.3V; and RF OUTPUT IMPEDANCE of 50?. VHF: Collars shall be equipped with a VHF transmitter containing a mortality sensor (170-171 MHz) with estimated operational life ?30 months when transmitting at 60 beats/minute under conditions typical of high elevations in the northern Rocky Mountains. VHF unit shall be programmed to transmit at different rates when on a living animal and last GPS fix was successful, when last GPS fix attempt was not successful and when animal has prolonged inactivity. VHF power source shall be independent of GPS unit. VHF unit shall operate on a unique frequency to be supplied by Government prior to construction. Collar Release: Collars shall be equipped with a programmable breakaway unit. Government shall be able to communicate with breakaway unit via a programmable interface capable of changing release date and time. The clock accuracy on board the unit shall provide breakaway time accuracy of +/- 15 minutes per year at 25? C typical and +/- 25 minutes per year worst case. Weight: Total weight including all components shall be ?2 kg. Size: Collar length will be specified by Government prior to construction. Reliability: All components shall be hermetically sealed against extreme inclement weather conditions. Units shall not utilize user replaceable battery packs which employ o-ring or gasket seals but shall be contained within the hermetic package to ensure long-term reliability. The transmitter's antenna housing shall be sealed in high-density polymer for shock protection. All components shall be operational at temperatures of ?-40? C. (vii) All collars shall be delivered to the U.S. Geological Survey, Northern Rocky Mountain Science Center, Montana State University, 19 Forestry Sciences Lab, 1648 South 7th Avenue, P.O. Box 172780 Bozeman, MT 59717-2780, fifteen (15) shall be delivered no later than 70 days from date of contract award. The second delivery of eleven (11) collars shall be delivered no later than 200 days from date of contract award. Both deliveries are FOB destination Bozeman, MT. Inspection/acceptance shall be performed within 14 days from receipt of collars at USGS in Bozeman, MT. (viii) The following FAR provisions apply to this solicitation. 52.212-1 Instructions to Offerors - Commercial Items and 52.212-2 Evaluation - Commercial Items. Offerors MUST submit the following and other information required under this clause to be considered for award. Product literature or written technical proposal addressing each of the specifications cited above. Past performance information on similar contracts for the manufacture of large wild animal collars, including Government contracts currently performed or completed by offeror's business within the past two years. Data should include: name and address of customer company or Government agency; contract number and period of performance; brief description or title of contract; approximate dollar value of contract; and name and phone number of both the contracting officer and the technical or contracting officer's representative. PPIRS.GOV will be used as a source of past performance information in the source selection process. In addition, past performance information provided by references, from Government records, or from other sources may be used in this evaluation. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: The contracting officer will screen proposals to identify and eliminate any proposals that are so incomplete as to preclude a meaningful evaluation of technical and past performance issues. The remaining proposals will be evaluated based upon the following non-price or cost-related factors. Evaluation factors are listed in declining order of importance, unless otherwise indicated. Factor 1 is the ability of the proposed vendor to furnish spread spectrum GPS collars which meet or exceed the technical criteria specified in the technical specifications. Factor 2 is past performance in technical support to correct any problems with spread spectrum GPS collars delivered under previous contracts. Vendor shall provide 3 references where proposed spread spectrum GPS collars have been used in a field environment requiring protection against the elements. Factor 3 is past performance to successfully deliver spread spectrum GPS collars by or before agreed upon delivery dates. Provide past evidence of successful delivery of proposed equipment by or before agreed-upon delivery dates, or demonstrate the existence of adequate existing stock and production capability to successfully deliver proposed equipment by or before agreed-upon delivery dates. Price/Cost will be evaluated by determining which proposal offers the greatest value or advantage to the Government, and overall technical merit will be considered more important than price or cost. The degree of importance of price or cost as an evaluation factor will increase with the degree of equality in the technical merits of the proposals. Between acceptable proposals with a significant difference in technical rating, a determination will be made as to whether the additional technical merit or benefits reflected by a higher priced proposal warrants payment of the additional amount. A single contract award will result from this solicitation. All offerors are to include with their offer a completed copy of provision 52.212-3 Offeror Representations and Certifications. (ix) FAR clause 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (x) Far clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items applies to this acquisition. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219(8) Utilization of Small Business Concerns; 52.219(23) 52.222-26 Equal Opportunity; 52.222-37 Employment Reports on Special Disabled Veterans, veterans of the Vietnam Era; and 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act. (x) The following additional FAR clauses are also applicable. 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 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; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-15 Sanctioned European Union Country End Products and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. (xi) Full text of all FAR clauses may be accessed electronically at http://www.gsa/gov.far. (xii) All offers shall be sent to the U.S. Geological Survey, Branch of Acquisition and Grants, Building 53, Denver Federal Center, P.O. Box 25046, MS 204B, Denver, CO 80225-0046, Attn: Cheryl T. Flanagan. Faxed offers will not be accepted. All offers are due by 4:30 p.m., local time, Denver, CO on September 5, 2004.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=655978)
 
Record
SN00647671-W 20040821/040819212714 (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.