SOLICITATION NOTICE
99 -- Satellite Global Positioning System (GPS) Emulator
- Notice Date
- 3/3/2005
- 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-05-T-0100
- Response Due
- 3/31/2005
- Archive Date
- 4/30/2005
- Description
- This is a combined solicitation/synopsis 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; proposals are being requested and a written solicitation will not be issued. This solicitation is an RFQ and the solicitation number is W15QKN-05-T-0100. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-26. The US Army TACOM-Picatinny intends to award a purchase order for line item 0001, a quantity of 1 Satellite GPS Emulator consisting of hardware, software installation and startup in accordance with the following: System capable of simulating 12 channels of L1/ L2 frequency bands Simulated Signal Power Levels shall closely resemble actual signal power levels (GPS L1 under ideal conditions shall equal -157dBw; L2 under ideal conditions shall equal -160 dBw) Shall Simulate P(Y) Code Shall have external vehicle motion input rate of 100 Hz Shall have simulator vehicle motion update rate of 500 Hz The system shall be capable of modeling the following high order vehicle motion parameters from a given trajectory: Altitude: Max of 6 km Velocity: Max of 800m/s Angular Velocity (along spin axis): Maxof 120Hz Angular acceleration: Max of 200 rev/s2 System Accuracies Inter-Chassis Pseudorange Accuracy: Min of 10mm and Max of 40mm System latency shall be less then 10 milliseconds External Jammer Simulator Capable of modeling 3 Jamming Sources at coordinates along the inputted trajectory J/S Ratio: Min of 0dB, Maxof 80 dB, and adjustable in 1dB Increments Broadcast on the L1 and L2 band Jammers shall simulate wavefront, Continuous Wave and Broadband/White Noise (20MHz) signals. The delay between the GPS update and the corresponding jammer update shall be less than 100 microseconds. Antennae Characterization The amplitude and phase radiation patterns shall be fully adjustable/ programmable for up to 4 independent time synchronized GPS antenna elements. All antennas shall be synchronized and provide real-time scenario processing capabilities WARRANTY The Contractor shall extend all warranties to be identical to those offered to the general public in customary commercial practices should those terms exceed the requirements of this solicitation for a one year warranty. Coverage Period - The warranty period will commence upon date of delivery to the Government and shall end a minimum of one year from that date. User receipt of an item that is inoperable upon delivery shall be resolved in accordance with the warranty provisions. Upgrades ? Software and Hardware upgrades should be included for the life of the warranty. TRAINING The Contractor shall offer training customary to the commercial practice. Training shall be provided for 3 representatives at Picatinny Arsenal, NJ within 1 month of delivery. Provided training is not limited to but must consist of teaching representatives methods of operating software interface for all functions necessary to run system in its entirety. PERIOD OF PERFORMANCE Period of performance shall be 4 months from date of award inclusive of 3 months for delivery and 1 month for training. This is a competitive acquisition using the authority of FAR 12.6. Delivery shall be made 3 months from the date of award to Joseph Carson US ARMY ARDEC AMSRD-AAR-AEP-S Building 94 FLR 2 Picatinny Arsenal, NJ. The F.O.B. point and acceptance shall be the destination. The estimated weight is less than 200 pounds. No DOT markings are required. This item is not AA&E. The contractor shall use standard practice for commercial packaging. Items shall be packed and shipped in accordance with commercial requirements. Government Procurement Quality Assurance actions will be accomplished by the Governments authorized Quality Assurance Representative at destination. The clauses may be accessed at http://procnet.pica.army.mil The provision at FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. Included with this provision shall be the following addendums: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Offerors shall be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Items against the information submitted by the offerors in accordance with FAR 52.212-1, Instructions to Offerors relating to the following evaluation factors: (i)Technical Capability to include warranty and training (iii) Past Performance (ii) Price. The combination of past performance and technical capability is significantly more important than price. Offerors shall include a completed copy of the provision at FAR 52.212-3 ALT 1, Offeror Representations and Certifications ? Commercial Items, Alternate 1, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The following clauses shall be incorporated by addendum: 52.204-7 Central Contractor Registration 52.225-13 Restrictions on Certain Foreign purchases 52.247-34 F.O.B Destination 252.204-7003 Control of Government Personnel Work Product 252.201-7000 Contracting Officer?s Representative 252.211-7003 Item Identification and Valuation ARDEC 144 Proposal Submission Requirement ARDEC 163 Disclosure of Unit Price Information ARDEC 161 Identification of Work Performed at a Government Location ARDEC 25 Commercial Packaging Requirements ARDEC 46 Deliveries to TACOM-ARDEC ARDEC 59 Payment ARDEC 68 Identification of Contractor Employees The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statute or Executive Orders ? Commercial Items, applies to this acquisition. The following additional clauses cited in the above referenced clause shall apply to this acquisition: 52.222-19 Child Labor ? Cooperation with Authorities and Remedies 52.222-21 Prohibition on Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Affirmative Action for Disable Veterans and Veterans of the Vietnam Era 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.225-1 Buy American Act-Supplies 52.225-2 Buy American Act-Certificate 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration 52.239-1 Privacy or Security Safeguards 52.222-41 Service Contract Act of 1965 as Amended 52.222-42 Statement of Equivalent Rates for Federal Hires The clause at DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional clauses cited in the above referenced clause shall apply to this acquisition: 252.225-7001 Buy American Act 252.232-7003 Electronic Submission of Payment Requests The clause at FAR provision 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. The DPAS rating is DOA7. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. A DD Form 250, Material Inspection and Receiving Report, is applicable to this effort and should be submitted prior to invoicing. Proposals are due by 4PM EDT, Wednesday 23 March 2005 at Building 10, Picatinny Arsenal, NJ. For information regarding this solicitation, contact Kelly Gorman at (973) 724-2164 kgorman@pica.army.mil or Dianna McGinley at (973) 724-4423, dmcgin@pica.army.mil. DEPARTMENT OF DEFENSE CONTRACT SECURITY CLASSIFICATION SPECIFICATION The requirements of the DoD Industrial Security Manual apply to all aspects of this effort) 1. CLEARANCE AND SAFEGUARDING a. FACILITY CLEARANCE REQUIRED Secret b. LEVEL OF SAFEGUARDING REQUIRED Secret 2. THIS SPECIFICATION IS FOR: (X and complete as applicable) a. PRIME CONTRACT NUMBER X b. SUBCONTRACT NUMBER c. SOLICITATION OR OTHER NUMBER W15QKN-05-T-0100 3. THIS SPECIFICATION IS: (X and complete as applicable) a. ORIGINAL (Complete date in all cases) Date (YYMMDD)2005/01/14 b. REVISED (Supersedes all previous specs)Revision No. Date (YYMMDD) c. FINAL (Complete Item 5 in all cases) Date (YYMMDD) 4. IS THIS A FOLLOW-ON CONTRACT YES X NO. If Yes complete the following Classified material received or generated under ____ (Preceding Contract Number) is transferred to this follow-on contract 5. IS THIS A FINAL DD FORM 254 X YES NO. If Yes complete the following In response to the contractor's request dated _____, retention of the identified classified material is authorized for the period of _____ . 6. CONTRACTOR (Include Commercial and Government Entity ( CAGE) Code) a. NAME, ADDRESS, AND ZIP CODE b. CAGE CODE c. COGNIZANT SECURITY OFFICE (Name, Address, and Zip Code) 7. SUBCONTRACTOR a. NAME, ADDRESS, AND ZIP CODE b. CAGE CODE c. COGNIZANT SECURITY OFFICES ( Name, Address, and Zip Code) 8. ACTUAL PERFORMANCE a. LOCATION b. CAGE CODE c. COGNIZANT SECURITY OFFICE (Name, Address, and Zip Code) 9. GENERAL IDENTIFICATION OF THIS PROCUREMENT 10. THIS CONTRACT WILL REQUIRE ACCESS TO: YES NO a. COMMUNICATIONS SECURITY (COMSEC) INFORMATION X b. RESTRICTED DATA 11. IN PERFORMING THIS CONTRACT, THE CONTRACTOR WILL: YES X NO a. HAVE ACCESS TO CLASSIFIED INFORMATION ONLY AT ANOTHER CONTRACTOR?S FACILITY OR A GOVERNMENT ACTIVITY 0 1 b. RECEIVE CLASSIFIED DOCUMENTS ONLY 0 1 c. CRITICAL NUCLEAR WEAPON DESIGN INFORMATION 0 1 c. RECEIVE AND GENERATE CLASSIFIED MATERIAL 0 1 d. FORMERLY RESTRICTED DATA: 0 0 d. FABRICATE, MODIFY, OR STORE CLASSIFIED HARDWARE 1 0 e. INTELLIGENCE INFORMATION: e. PERFORM SERVICES ONLY 0 1 (1) Sensitive Compartmented Information (SCI) 0 1 f. HAVE ACCESS TO U.S. CLASSIFIED INFORMATION OUTSIDE THE U.S., PUERTO RICO, U.S. POSSESSIONS AND TRUST TERRITORIES 0 1 (2) Non-SCI 0 1 g. BE AUTHORIZED TO USE THE SERVICES OF DEFENSE TECHNICAL INFORMATION CENTER (DTIC) OR OTHER SECONDARY DISTRIBUTION CENTER 1 0 f. SPECIAL ACCESS INFORMATION 0 1 h. REQUIRE A COMSEC ACCOUNT 0 1 g. NATO INFORMATION 0 1 i. HAVE A TEMPEST REQUIREMENT 0 1 h. FOREIGN GOVERNMENT INFORMATION 0 1 j. HAVE OPERATIONS SECURITY (OPSEC) REQUIREMENTS 0 1 i. LIMITED DISSEMINATION INFORMATION 0 1 k. BE AUTHORIZED TO USE THE DEFENSE COURIER SERVICE 0 1 j. FOR OFFICIAL USE ONLY INFORMATION 0 1 l. OTHER (Specify). 0 1 k. OTHER Specify)???? 0 1 ???? DD Form 254, DEC 1999 12. PUBLIC RELEASE. Any information (classified or unclassified) pertaining to this contract shall not be released for public dissemination except as provided by the industrial Security Manual or unless it has been approved for public release by appropriate U.S. Government authority. Proposed public release shall be submitted for approval prior to release 0 Direct 1 Through (Specify): Joseph M. Carson(see address below) to the Directorate for Freedom of Information and Security Review, Office of the Assistant Secretary of Defense (Public Affairs)* for review.*In the case of non-DoD User Agencies, requests for disclosure shall be submitted to that agency. 13. SECURITY GUIDANCE. The security classification guidance needed for this effort is identified below. If any difficulty is encountered in applying this guidance or if any other contributing factor indicates a need for changes in this guidance, the contractor is authorized and encouraged to provide recommended changes: to challenge the guidance or classification assigned to any information or material furnished or generated under this contract; and to submit any questions for interpretation of this guidance to the official identified below. Pending final decision, the information involved shall be handled and protected at the highest level of classification assigned or recommended. (Fill in as appropriate for the classified effort. Attach, or forward under separate correspondence, any document/guides/extracts referenced herein. Add additional pages as needed to provide complete guidance. 05-015Classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M (Jan 95)INTELLIGENCE material will not be released to the contractor under this contract.Any classification guidance will be task order dependent and will be provided as needed. CONCURRANCE_______//S//_________ PETER R. LAWSON Security Specialist 14. ADDITIONAL SECURITY REQUIREMENTS. Requirements, in addition to ISM requirements, are established for this contract. (If Yes, identify the pertinent contractual clauses in the contract document itself, or provide an appropriate statement which identifies the additional requirements. Provide a copy of the requirements to the cognizant security office. Use Item 13 if additional space is needed.) 0 Yes 1 No ????? 15. INSPECTIONS. Elements of this contract are outside the inspection responsibility of the cognizant security office. (If Yes, explain and identify specific areas or elements carved out and the activity responsible for inspections. Use Item 13 if additional space is needed. 0 Yes 1 No ????? 16. CERTIFICATION AND SIGNATURE. Security requirements stated herein are complete and adequate for safeguarding the classified information to be released or generated under this classified effort. All questions shall be referred to the official named below. a. TYPED NAME OF CERTIFYING OFFICIALJoseph Carson b. TITLEMechanical Engineer c. TELEPHONE (Include Area Code)973-724-3743 d. ADDRESS (Include ZIP Code) 17. REQUIRED DISTRIBUTION AMSRD-AAR-AEP-SBLDG 94 FLR 2Picatinny Arsenal, NJ 07806-5000 1 a. CONTRACTOR 0 b. SUBCONTRACTOR 1 c. COGNIZANT SECURITY OFFICE FOR PRIME AND SUBCONTRACTOR e. SIGNATURE 0 d. U.S. ACTIVITY RESPONSIBLE FOR OVERSEAS SECURITY ADMINISTRATION 1 e. ADMINISTRATIVE CONTRACTING OFFICER 0 f. OTHERS AS NECESSARY
- Web Link
-
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-05-T-0100)
- Record
- SN00761964-W 20050305/050303212018 (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 |