Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2018 FBO #6014
SOLICITATION NOTICE

66 -- Global Navigation Satellite System (GNSS) Rover Antenna/Receivers

Notice Date
5/10/2018
 
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 Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF80811423
 
Archive Date
12/28/2018
 
Point of Contact
Stacy D. Thurman, Phone: 6016343198
 
E-Mail Address
stacy.d.thurman@usace.army.mil
(stacy.d.thurman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; quotes are being requested and a written solicitation will not be issued. Competitive quotes are being requested under W81EWF80811423. The associated North American Industry Classification System (NACIS) code for the procurement is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) and the Small Business size standard is 1,250 employees. The Remote Sensing/GIS Center of Expertise in Hanover, New Hampshire requires a set (x3) of compact Global Navigation Satellite System (GNSS) rover antenna/receivers Brand Name or Equal to Septentrio Altus NR3 for the collection of high-precision coordinate point measurements in support of remote sensing data acquisition events. The rovers will be utilized during ground, mobile, airborne, and unmanned-based acquisition of terrain information. The requirement also requires six interchangeable batteries. This procurement is set a-side for Small Businesses ONLY. In order to receive an award, all contractors must be registered in the System for Award Management under above NAICS code. This procurement is being competed as a 100% Small Business Set A-side and in accordance with regulations at FAR Part 12, Acquisition of Commercial Items. The government intends to make a single award for this requirement. Quotes for less than the required items will not be accepted. The government intends to award without discussions while reserving the right to communicate with offerors if determined advantageous to the government. Offerors are encouraged to provide their best quoted pricing in their initial quote. FAR Clause 52.212-2 - Evaluation Factors - Commercial Items: (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: All quotes submitted will be evaluated for (1) Technical Capability and (2) Price. The government will issue an award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Capable. (1) Technical Capability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the supplies specified and the ability to meet the Period of Performance. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote. Before a complete evaluation of your quote can be made, offerors must provide "Offeror Representations and Certifications" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package. In addition to complying with the requirements outlined in FAR Part 22.13, FAR Provision 52.222‐38, FAR Clause 52.222‐35, FAR Clause 52.222‐37, DFARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set‐aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts: Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ Department of Veterans Affairs-VOW to Hire Heros Act http://benefits.va.gov/vow/ Army Wounded Warrior Program - http://wtc.army.mil/modules/employers/index.html U.S. Chamber of Commerce Foundation-Hiring Our Heros http://www.hiringourheroes.org/ Guide to Hiring Veterans - Reference Material http://www.whitehouse.gov/sites/default/files/docs/white_house_business_council_- _guide_to_hiring_veterans_0.pdf   Global Navigation Satellite System (GNSS) Rover Antenna/Receivers The Remote Sensing/GIS Center of Expertise in Hanover, New Hampshire requires a set (x3) of compact Global Navigation Satellite System (GNSS) rover antenna/receivers Brand Name or Equal to Septentrio Altus NR3 for the collection of high-precision coordinate point measurements in support of remote sensing data acquisition events. The rovers will be utilized during ground, mobile, airborne, and unmanned-based acquisition of terrain information. The requirement also requires six interchangeable batteries. This procurement is being advertised under NAICS Code 334511. The specifications for receivers include: • Supports the following signals: GPS L1, L2, L5; GLONASS L1, L2, L3; SBAS EGNOS, WAAS, GAGAN, MSAS, SDCM (L1, L5); GZSS L1, L2, L5 • Supports DGNSS and RTK data collection • Bluetooth and WiFi connectivity for mobile application control • Internal memory > 2Gb • NMEA 0183 v2.3, v3.01 and v4.0 output string • Positional accuracy for a static high precision survey of 3mm + 0.1ppm horizontal, 3.5mm + 0.4ppm vertical • RTK positional accuracy of 0.6cm + 0.5ppm horizontal, 1cm + 1ppm vertical • Up to 20Hz output rate • Compact and lightweight: less than 3 lbs • Internal battery life up to 6 hours • Interchangeable battery for extended operational use • Accepts external power supply (12 - 24 VDC) • Operates down to -30 degree Celsius • IP67 waterproof certified • Data acquisition and rover control via mobile application without requiring software licensing or dedicated controller hardware • Full configuration via web interface The deliverables are needed by 31 May 2018. If lead time is required, please notate on quote. Prices should include shipping and handling for the 3 sets of receivers and six interchangeable batteries. Supplies will be delivered to: USACE-CRREL 72 Lyme Road Hanover, NH 03755   In accordance with the specifications provided, award shall be made to the responsible offeror whose quote is determined to be the Lowest Price Technically Acceptable. This solicitation document incorporates provisions and clauses in effect through Federal acquisition Circular 2005-88 (05/16/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20160630, (06/30/2016). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The following apply to this acquisition: 52.203-5 Covenant Against Contingent Fees 52.204-7, System for Award Management Registration (Deviation) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.204-99, System for Award Management Registration (Deviation) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4, Contract Terms and Conditions Commercial 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-3, Convict Labor 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relation Act 52.222-50, Combating Trafficking in Persons 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-1, Biobased Product Certification 52.225-1, Buy American- Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes - Fixed Price 52.252-2, Clauses Incorporated by Reference 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.209-7001 Disclosure of Ownership or Control by Government of a Terrorist Country 252.204-7011 Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003, Item Unique Identification and Valuation 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING ELIGIBLE FOR CONSIDERATION FOR AWARD. Information concerning SAM requirements may be viewed via the internet at SAM.gov. Interested parties must include, with their quote, their CAGE code and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Product literature containing specifications for quote product shall be submitted as well. Interested parties may submit quotes for consideration by the Government to stacy.d.thurman@usace.army.mil not later than 15 May 2018 - 3:00 P.M., CST. Oral communications are not acceptable in response to this notice. Please reference W81EWF80811423 in all correspondence. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.   BID SCHEDULE Item No. Description Est Qty Unit Unit Price Amount 0001 GNSS Rover Antenna Receivers (3 Sets) 3 Each $_______ $_______ 0002 Interchangeable Batteries 6 Each $________ $______ Total $__________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF80811423/listing.html)
 
Record
SN04918314-W 20180512/180510230713-7cb2487a19ec17200758ff0940675a8c (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.