Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2007 FBO #2067
SOLICITATION NOTICE

66 -- PURCHASE OF MULTI-OUTPUT GPS SIMULATOR

Notice Date
7/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-T-0185
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Description
This is a re-post of previous synopsis N00421-07-P-0547. The Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River has a requirement for a Multi-Output GPS Simulator. 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. This solicitation is being issued as a Request for Quotation (RFQ). This solicitation and it?s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 effective 30 June 2007. This solicitation is being issued as a full and open competition. The NAICS code for this solicitation is 334220, and the size standard is 750 employees. The contract resulting from this competition will contain a single CLIN 0001 for the simulator. The equipment will be delivered to the Patuxent River Naval Air Station, FOB Destination, where it will be inspected and accepted by Government personnel. Any contractors responding to this solicitation must be capable of delivering the simulator within 16 weeks of the date of award. The simulator the Government is looking to procure must meet the following minimum requirements: 1. Number of Outputs: Individual RF output for each of a minimum of 12 channels of L1 and 12 channels of L2. 2. Frequencies/Codes GPS L1 1575.42 MHz (C/A, P, Y Codes) GPS L2 1227.60 MHz (C/A) AES M Code (or Pseudo M code) L2 Civil 3. Signal Quality Maximum Spurious -30dBc Harmonics -40 dBc Phase Noise (Max) .02 radians RMS (1Hz-10kHz offset) 4. Nominal Signal Level L1 C/A -130 dBm L1 P(Y) -133 dBm L2 -136 dBm M Code L1 -128.5 dBm M Code L2 -134.5 dBm 5. PPS Compatibility (Approved by the GPS Wing) Keying via standard military crypto port 6. User Interface Real time scenario operation Graphical interface Dynamic parameter adjustment Allow user generated scenario 7. Allow for external control over a standard interface (IEEE-488 or TCPIP and SCRAMNet). 8. Must be upgradeable for future GPS waveforms. 9. Must be upgradeable for LAAS VHF Data Broadcast, Most Evil Waveform simulation and L5. 10. On site training. 11. 12 months warranty. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. No addenda are attached to this provision. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following factors shall be used to evaluate quotations: Technical Capability, Price and Past Performance. In accordance with FAR 12.602(a), the Government is not assigning relative importance to the evaluation factors. The offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. If the offeror has an updated version of their Representations and Certifications at the Online Representations and Certifications Application (ORCA) website, they can include a statement reflecting this in their offer rather than a copy of the Representations and Certifications. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda are attached to this provision. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 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, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. All responsible sources may submit a quotation which shall be considered by the agency. Quotes, as well as any questions, should be addressed to the following: Ben Hansford, Contracting Officer, PH: 301-757-9742, EMAIL: benjamin.hansford@navy.mil.
 
Place of Performance
Address: TBD
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01349786-W 20070725/070723224433 (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.