GNSS Global Positioning System receivers

expired opportunity(Expired)
From: Federal Government(Federal)
W91ZLK-19-Q-A042

Basic Details

started - 18 Apr, 2019 (about 5 years ago)

Start Date

18 Apr, 2019 (about 5 years ago)
due - 29 Apr, 2019 (about 5 years ago)

Due Date

29 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
W91ZLK-19-Q-A042

Identifier

W91ZLK-19-Q-A042
Department of the Army

Customer / Agency

DEPT OF DEFENSE (707644)DEPT OF THE ARMY (132919)AMC (72547)ACC (74919)ACC-CTRS (32857)ACC-APG (10701)W6QK ACC-APG DIR (1099)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01 (20 December 2018). The solicitation number for this requirement is W91ZLK-19-Q-A042. This requirement has been deemed as Small Business Set-Aside. The associated North American Industry Classification System (NAICS) Code is 334220 and Business Size Standard is 1,250. The Government contemplates the award of a Firm-Fixed-Price (FFP) contract and will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) offer.Description of Requirement: High end GNSS Global Positioning System (GPS) receiver configured for use as either a base station or rover. See
below for specifications.CLIN 0001 - Base - Quantity 4 - delivery within 30 days of awardCLIN 1001 - Option - Quantity 6 - delivery within 30 days of exercised option.This requirement is a brand name or equal to Trimble Model: R8-S complete GNSS receiver, Base & Rover Configuration, Internal 410-470 Mhz RecThe purpose of this contract is purchase High end GNSS Global Positioning System (GPS) receiver configured for use as either a base station or rover for The U.S. Army Aberdeen Test Center (ATC) located at Aberdeen Proving Ground, MD. The provision at FAR 52.212-2 - Evaluation - Commercial Items, applies to this acquisition. The contract will be awarded to the LPTA offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussion.EVALUATION FACTORS:Technical:The Technical volume of the proposal will be evaluated against the requirements describe in the PWS contained in this solicitation. The Technical Volume will be determined to be "Acceptable" or "Unacceptable", using the following ratings:Technical Acceptable/Unacceptable RatingsRating DescriptionAcceptable--Proposal clearly meets the minimum requirements of the solicitation.Unacceptable--Proposal does not clearly meet the minimum requirements of the solicitation.EVALUATION & BASIS FOR AWARDBasis for Award:The Government intends to award Firm-Fixed Price (FFP) contract to the LPTA proposal in accordance with FAR 15.101-2. To receive consideration for award, a rating of "Acceptable" must be achieved in the Technical factor.Rejection of Offers: In accordance with FAR 52.212-1(g), the Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following:a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; orb. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: orc. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; ord. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions.Evaluation and Source Selection ProcessSelection:Selection of the successful Offeror shall be made following an assessment of each proposal, based on the response to the requirements of this solicitation. Proposals will be evaluated as specified in Proposal Evaluation Section below.Evaluation:The evaluation of proposals submitted in response to this combined synopsis/solicitation shall be conducted in accordance with a LPTA competition.Award without Discussions:In accordance with FAR 52.212-1 (g), The Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award can be made to an Offeror who has been determined non-responsible by the Contracting Officer.PROPOSAL EVALUATIONEvaluation Factors: The Technical volume of the proposal will be evaluated against the requirements described in the SPECS contained in this solicitation. The Technical Volume will be determined to be "Acceptable" or "Unacceptable", using the following ratings:Technical Acceptable/Unacceptable RatingsRating DescriptionAcceptable - Proposal clearly meets the minimum requirements of the solicitation.Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation.Technical Proposal:FACTOR: Technical Factor: The Government will evaluate the offeror's technical proposal based on the technical factors stated in the SPECS.Partial quotes will not be evaluated by the Government.SUBMISSION PROCEDURES:ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:W91ZLK-19-Q-A042. PROPOSAL FROM (INSERT COMPANY NAME)The offeror shall include a Company name, Point of contact, Company CAGE code, DUNS number and TIN.All proposals regarding this solicitation must be submitted to the Contract Specialist Amy DuBree via email, no later than 10:00 a.m. Eastern Time, 29 April 2019 to amy.c.dubree2.civ@mail.mil and Sharon Gary sharon.a.gary.civ@ mail.mil.NO TELEPHONE INQUIRIES WILL BE HONORED.All proposals from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov.Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer.FAR 52.252-1 - Solicitation Provisions Incorporated by Reference.This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.milThe following clauses and provisions are incorporated by reference:FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate IFAR 52.203-13, Contractor Code of Business Ethics and ConductFAR 52.204-7 System for Award ManagementFAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Rep NOV 2015FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations.FAR 52.212-1 Instructions to Offerors -- Commercial Items.FAR 52.212-2, Evaluation- Commercial ItemsFAR 52.212-3, Offeror Representations and Certifications - Commercial ItemsFAR 52.212-4 Contract Terms and Conditions--Commercial ItemsFAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019)FAR 52.219-6, Notice of Total Small Business Set-AsideFAR 52.219-8, Utilization of Small Business ConcernsFAR 52.219-14, Limitations on SubcontractingFAR 52.219-28, Post-Award Small Business Program RepresentationFAR 52.222-3, Convict LaborFAR 52.222-17 Nondisplacement of Qualified WorkersFAR 52.222-19, Child Labor- Cooperation with Authorities and RemediesFAR 52.222-21, Prohibition of Segregated FacilitiesFAR 52.222-26, Equal OpportunityFAR 52.222-35, Equal Opportunity for VeteransFAR 52.222-36, Affirmative Action for Workers with DisabilitiesFAR 52.222-37, Employment Reports on VeteransFAR 52.222-40, Notification of Employee Rights under the National Labor Relations ActFAR 52.222-42 Statement of Equivalent Rates for Federal HiresFAR 52.222-50 Combating Trafficking in PersonsFAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While DrivingFAR 52.225-13, Restrictions on Certain Foreign PurchasesFAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and CertificationsFAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.FAR 52.232-39, Unenforceability of Unauthorized ObligationsFAR 52.233-1 Disputes.FAR 52.233-3, Protest After AwardFAR 52.233-4, Applicable Law for Breach of Contract ClaimFAR 52.237-2, Protection of Government Buildings, Equipment, and VegetationFAR 52.239-1, Privacy or Security SafeguardsFAR 52.243-3 -- Changes -Time-and-Materials or Labor-Hours.FAR 52.243-1, Changes- Fixed Price, Alternate IFAR 52.247-34 F.O.B. DestinationFAR 52.249-8, Default (Fixed-Price Supply and Service)DFARS 252.201-7000 Contracting Officer's RepresentativeDFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.DFARS 252.204-7003 Control of Government Personnel Work Product.DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors.DFARS 252-211-7003, Item Identification and ValuationDFARS 252-215-7007, Notice of Intent to Re-solicitDFARS 252.223-7008, Prohibition of Hexavalent ChromiumDFARS 252.225-7012, Preference for Certain Domestic CommoditiesDFARS 252.225-7048, Export-Controlled ItemsDFARS 252.226-7001, Utilization of Indian Organizations and Indian-OwnedEconomic Enterprises, and Native Hawaiian Small Business Concerns.DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.DFARS 252.232-7006, Wide Area Workflow Payment Instructions.DFARS 252.232-7010 Levies on Contract Payments.DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel.DFARS 252.239-7002, AccessDFARS 252.243-7001 Pricing of Contract ModificationsDFARS 252.243-7002, Requests for Equitable AdjustmentDFARS 252.244-7000 Subcontracts for Commercial Items JUN 2013DFARS 252.247-7023, Transportation of Supplies by SeaEXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.AMC-LEVEL PROTEST PROGRAM (AUG 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:Headquarters U.S. Army Materiel CommandOffice of Command Counsel-Deputy Command Counsel 4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Phone: (256) 450-8165Fax: (256) 450-8840E-mail: amcprotests@conus.army.milThe AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures.The AMC-Level Protest Procedures are accessible via the Internet at:www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures.Product DescriptionA. Requiring Activity: ATC - Plans & Operations Directorate/Field Support Division/Geodetics TeamB. Product or Supply: High end GNSS Global Positioning System (GPS) receiver configured for use as either a base station or rover. Base Quantity = 4, Option Quantity = 6C. Background: Aberdeen Test Center (ATC) currently provides geodetic support requiring this equipment and it is vital for supporting RDT&E testing conducted at multiple test ranges here at ATC and while TDY to other installations.D. Justification or Purpose: This product is being used for sustainment and or to supplement existing equipment already in inventory. This new equipment needs to meet the following specifications so no additional costs of software and/or hardware will be incurred, and to allow a seamless integration with existing equipment.E. Product Description: A high end GNSS Global Positioning System (GPS) configured for use as a base (TX) or a rover (RX) with the following specifications- Measurementso Advanced GNSS chips with 440 channelso High precision multiple correlator for GNSS pseudorange measurementso Unfiltered, un‑smoothed pseudorange measurements data for low noise, low multipath error, low time domain correlation and high dynamic responseo Very low noise GNSS carrier phase measurements with <1 mm precision in a 1 Hz bandwidtho Signal‑to‑Noise ratios reported in dB‑Hzo Satellite signals tracked simultaneously: - GPS: L1C/A, L1C, L2C, L2E, L5 - GLONASS: L1C/A, L1P, L2C/A, L2P, L3 - SBAS: L1C/A, L5 (for SBAS satellites that support L5) - Galileo: E1, E5A, E5B - BeiDou (COMPASS): B1, B2o SBAS: QZSS, WAAS, EGNOS, GAGANo Positioning rates: 1 Hz, 2 Hz, 5 Hz, 10 Hz, and 20 Hz Range- Positioning Performanceo Code differential GNSS positioningHorizontal ...................................................0.25 m + 1 ppm RMSVertical .....................................................0.50 m + 1 ppm RMSSBAS differential positioning accuracy3 .......................typically <5 m 3DRMSo Static GNSS surveyingHigh‑Precision StaticHorizontal ...............................................3 mm + 0.1 ppm RMSVertical ................................................3.5 mm + 0.4 ppm RMSStatic and Fast StaticHorizontal ...............................................3 mm + 0.5 ppm RMSVertical ..................................................5 mm + 0.5 ppm RMSo Post processed Kinematic (PPK) GNSS surveyingHorizontal ....................................................8 mm + 1 ppm RMSVertical .....................................................15 mm + 1 ppm RMSo Real Time Kinematic surveyingSingle Baseline <30 kmHorizontal ....................................................8 mm + 1 ppm RMSVertical ...................................................15 mm + 1 ppm RMSNetwork RTK4Horizontal ...............................................8 mm + 0.5 ppm RMSVertical .................................................15 mm + 0.5 ppm RMS Initialization time5 ..........................................typically <8 secondsInitialization reliability5 .........................................typically >99.9%- Hardwareo Physical- Operating/Storage Temperature .......................-40 °C to +65 °C (-40 °F to +149 °F)- Humidity ......................................................95%, condensing- Ingress Protection .......................IP67 dustproof, protected from temporary immersionto depth of 1 m (3.28 ft)- Shock .....................Non‑operating: Designed to survive a 2 m (6.6 ft) pole drop ontoconcrete. Operating: to 40 G, 10 msec, sawtooth- Vibration ...........................................MIL‑STD‑810F, FIG.514.5C‑1Dual Axiso Electrical- Power 10.5 V DC to 28 V DC external power input with over‑voltage protection- Rechargeable, removable battery and charger- Power consumption is <3.2 W in RTK rover mode with internal radio and Bluetooth® inuse7- Operating times on internal battery- 450 MHz receive only option...................................5.0 hours- 450 MHz receive/transmit option (0.5 W) . . . . . . . .2.5 hours- Cellular receive option.............................................4.0 hours- Communication and Data Storageo Serial: 3‑wire serial and full RS‑232 serialo Radio Modem1: fully Integrated, sealed wide band receiver/transmitter compatible with the following frequencies (461.0250, 461.0750, 461.1000, 462.1250, 462.3750, 462.4000, 464.5000, 464.5500, 464.6000, 464.6250, 464.6500, 464.7250, & 464.7500)- Transmit power: 0.5 W- Range: 3-5 km typical / 10 km optimal9o Bluetooth: fully integrated, fully sealed 2.4 GHz communications port (Bluetooth)10o External communication devices for corrections supported on Serial and Bluetooth portso Data storage: 56 MB internal memory, 960 hours of raw observables (approx. 1.4 MB/day), based on recording every 15 sec from an average of 14 satellites- Communication and Data Storage (cont.)o Data Formats- CMR, CMR+, CMRx, RTCM 2.1, RTCM 2.3, RTCM 3.0, RTCM 3.1, RTCM 3.2 inputs andOutputs- 23 NMEA outputs, GSOF, RT17 and RT27 outputs, supports BINEX and smoothed carrier- Compatibilityo Compatible with following data collectors and software already in use- Trimble TSC2 w/Trimble survey controller v12.46 (data collector)- Trimble TSC3 w/Trimble Access 2017.21 (data collector)- Trimble Business Center v4.10 or newer (download/processing software)F. Delivery POC & AddressShip to: Aberdeen Proving Ground, Maryland 21005Delivery shall be 30 days from time of award.  

ATCAberdeen Proving Ground, MDLocation

Place Of Performance : ATC

Country : United States

You may also like

NEXT GENERATION GROUND SEGMENT FOR GLOBAL POSITIONING SYSTEM BLOCK 3 FOLLOW-ON

Due: 29 Aug, 2025 (in 16 months)Agency: DEPT OF DEFENSE

24-0118 Global Positioning Receivers (Sourcewell COOP)

Due: 31 Jan, 2025 (in 9 months)Agency: City of Goodyear

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 334220 GSA CLASS CODE: 66
naicsCode 334220Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
pscCode 66INSTRUMENTS AND LABORATORY EQPT