SOLICITATION NOTICE
59 -- Decimeter Accurate GPS System with Worldwide Coverage (7 Each)
- Notice Date
- 3/20/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-07-T-0221
- Response Due
- 3/27/2007
- Archive Date
- 4/26/2007
- Description
- Solicitation number W15QKN-07-T-0221 is issued as a Request for Quotation (RFQ) NAICS Code is 334220 and the corresponding Small Business Size Standard is a maximum of 750 employees. The requirements will be fulfilled using the Simplified Acquisition Procedures, part 13 of the FAR and the test program authorized in FAR subpart 13.5. Delivery is FOB Destination to: 3Dgeophysics.com, 9675 Summit Place, Chaska, MN 55318. Line Item 0001: Seven (7) each full Decimeter Accurate GPS (Global Positioning System) With World Wide Coverage at all times in real time anywhere in the world. Two (2) of the Seven (7) units must be delivered by 19 April 2007, with the balance delivered by 30 April 2007. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U.S. Army Joint Munitions & Lethality Lifecycle Management Command in support of the U.S. Army Research Development and Engineering Command has a requirement to purchase Seven (7) Each non-MIL-STD GPS precise positioning SBAS receiver with capability to provide global decimeter accuracy using satellite broadcast augmentation signals. The GPS receiver and satellite L-band receiver shall be in a single integrated package. The system shall include a separate tri-mode antenna compatible with the receiver and fitted with a 5/8 inch BSW threaded mount with a depth of 16mm, used as the primary means of mounting the antenna. The receiver must supply the following salient features: 1) All in view tracking with minimum 26 channels (12 L1 GPS + 12 L2 GPS + 2 SBAS) 2) Global decimeter-level accuracy using satellite corrections 3). Fully automatic acquisition of satellite broadcast corrections 4) Rugged and lightweight package for mobile applications 5) C/A, P1 and P2 code tracking with L1 and L2 full wavelength carrier tracking 6) C/A, P1 and P2 code tracking on all GPS channels 7) User programmable output data rates up to 5 Hz 8) Minimal data latency 9) Two separate WAAS/EGNOS channels 10). Interference Suppression and multi-path signal rejection 11) Support NMEA 0183 v3.1 messages 12) Self-survey mode for position averaging 13) Antenna elevation mask - 7 degrees 14). Internal lithium battery powered clock to maintain GPS time when power is removed from the unit, allowing faster satellite acquisition upon unit power up 15). Internal battery life of 10 years or greater. 16) User programmable output position 17) capability for SBAS aided RTK operation 18) Minimum Performance requirements as follow: a) Measurement Precision (RMS): Raw C/A code: 20 cm @ 42 dB-Hz b) Raw carrier phase noise: L1: 0.95 mm @ 42 dB-Hz, L2: 0.85 mm @ 42 dB-Hz c) Velocity: 0.01 m/s d) Enhanced Real-time SBAS Accuracy (RMS): Position (H): <10 cm, Position (V): <15cm e) Other SBAS (WAAS/EGNOS) Positioning Accuracy: Horizontal: 0.5m, Vertical: 0.7m f) Code Differential GPS Positioning <200kms (RMS): Horizontal: 12 cm + 2ppm, Vertical: 25 cm + 2ppm The following provisions and clauses apply to this acquisition: The full text of these provisions and clause may be accessed electronically at the following address: http://akss.dau.mil/jsp/default.jsp 52.212-1 Instructions to Offerors ??? Commercial Items 52.212-2 Evaluation ??? Commercial Items 52.212-3 Offeror Representations and Certifications ??? Commercial Items 52.212-4 Contract Terms and Conditions ??? Commercial Items 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders ??? Commercial Items 52.252-2 Clauses Incorporated by Reference 252.212-7000 Offeror Representations and Certifications 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2006) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (JUN 2006) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.232-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2005) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) ARDEC 25 Commercial Packaging Requirements ARDEC 59 Payment ARDEC 68 Identification of Contractor Employees ARDEC 157 Defense Priorities and Allocation System ARDEC 163 Disclosure of Unit Price Information ARDEC 168 General Information for Offerors or Quoters ARDEC 171 Invoicing 252.204-7002 Payment for Subline Items Not Separately Priced 252.211-7003 Item Identification and Valuation The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: FAC-05-15 February 13, 2007 Number 2005-15 Addendum Defense Priorities and Allocation Systems ( DPAS) rating DO-A7 Applies A firm fixed price award will be made to the technically acceptable lowest price offeror. Commercial warranty requirements apply to this acquisition that is consistent with customary commercial practices. Contact information regarding the solicitation is Mr. Gherin Fracasso, E-mail gherin.fracasso@us.army.mil . NOTE: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Quotes may be e-mailed to gherin.fracasso@us.army.mil or faxed to (973) 724-2722, Attn: Gherin Fracasso. Closing date for receipt of proposals is 4:00 P.M. ET, 27 March 2007.
- Web Link
-
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-07-T-0221)
- Record
- SN01255112-W 20070322/070320221152 (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 |