Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2009 FBO #2802
SOLICITATION NOTICE

60 -- GPS Units with antenna

Notice Date
7/27/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, U. S. Geological Survey, USGS - All Offices, U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
09WRQQ0173
 
Response Due
8/19/2009
 
Archive Date
7/27/2010
 
Point of Contact
STEWART EVANS CONTRACTING SPECIALIST 9162789334 ;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This combined synopsis and solicitation for commercial items is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes a solicitation; quotes are being requested and a copy of the solicitation is available upon request. The U.S. Geological Survey, Earthquake Hazard (EHP) and Volcano Hazards Program (VHP) have a requirement for 18 geodetic quality dual-frequency GPS units with antennas. Seven of the GPS units are to be delivered to Vancouver, WA 98683. Eleven units are to be delivered to Pasadena, CA 91106. Delivery date is 90 days after receipt of order. This solicitation document contains incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-33, dated 15 July 2009, which includes FAC 2005-34, effective 14 Jul 2009. The solicitation number for this procurement is 09WRQQ0173 and is issued as a request for quote (RFQ). This is request is issued as an unrestricted procurement. The North American Industry Classification System (NAICS) code is 334220 with an applicable size standard of 750 employees. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. EVALUATION/AWARD: The Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. Evaluation criteria are as follows Lowest Price Technically Acceptable. The technical requires are as follows:The EHP and VHP use data recorded by geodetic-quality GPS dual-frequency receivers to monitor ground deformation to aid assessment and mitigation of geologic hazards. GPS receivers are deployed at permanent stations. Independent GPS receivers and antennas testing was conducted by UNAVCO, Inc., an NSF-funded geodetic facility, for the Plate Boundary Observatory component of the EarthScope Project (http://www.earthscope.org/). Test results are at http://facility.unavco.org/science_tech/dev_test/testing/testing.html. These tests will be used to determine whether a GPS receiver meets specifications. The following technical requirements are a simplified subset those given in "Plate Boundary Observatory (PBO) Permanent Station System GPS Receiver and Antenna Equipment Request For Proposal (RFP)" by UNAVCO, Inc.Program requirements: System Descriptions: A Permanent Station GPS/GNSS system will include the following components:o GPS Receivero GPS Antenna o Accessories (30 m antenna cable, data download cable, DC power cable, AC power supply and cableo Development and Configuration Toolso Miscellaneous Technical Specifications Complete technical/performance specifications are given for permanent station GPS systems and these specifications are modified where indicated for campaign GPS receivers. Permanent station GPS receiver technical requirements: 1. Dual-frequency, 12-channel GPS receiver able to track L1 C/A code and L2C code and L1 and L2 P code (with L2 P code observations recovered under anti spoofing), and L1 and L2 phase observables. Unsmoothed pseudo range must be recoverable from the receiver. 2. Receivers must be able to simultaneously track 12 channels L1 and 12 channels L2. Receivers must track all available satellites, even if SV is unhealthy, to an elevation angle of 0. 3. L1, L2 SNR in dB Hz referenced to a 1 Hz (or better) bandwidth SNR (amplitude) discretization should be better than 0.5% of full scale. 4. Receiver memory must be capable of recording 365+ days of data at a 15s sampling interval with a minimum of 9SVs. File system must accommodate a minimum of 500 data files. 5. Receiver must output 1 PPS and RTCM SC104 version 2.3 base station corrections. 6. Receiver performance will match or better performance of receivers tested by UNAVCO for deployment as permanent stations for the Plate Boundary Observatory (http://facility.unavco.org/science_tech/dev_test/publications/2003_perm_testreport.pdf).6.1. Total Expected and Observed data-In the 90-10 elevation range receiver must have at least 99% observed to expected data with no more than 0.05% slips to observations. In the 10- 5 elevation range receiver must have at least 90% observed to expected data with no more than 0.1% slips to observations. In the 5- 0 elevation range receiver must have at least 30% observed to expected data with no more than 1.0% slips to observations. 6.2. MP1 and MP2 Tracking Statistics-In the elevation range 90-10, 10- 5 the receiver must have MP1 and MP2 values of less than 0.7 m. In the elevation range 5- 0 the receiver must have MP1 and MP2 values of less than 1.0 m. 6.3. Observations per Slip-Over the elevation range 90- 0 the receiver should have greater than 20,000 observations per slip (total number of observations recorded divided by the combined MP1/MP2 slips). In the 10- 5 and 5- 0 elevation ranges the receiver must have less that 1% IOD slips. 6.4. Zero Baseline Tests-Carrier phase precision < 1 mm L1 and L2 (zero difference) and < 3 mm L3 (zero difference) at 15 sec sampling. Non-smoothed Pseudo range precision < 30 cm on L1 and L2 (< 100 cm L3) at 15 sec sampling rate. Carrier phase and pseudo range precision will be tested using zero baseline tests on 24-hour, double difference data sets. 6.5. Short Baseline Precision Tests-Short baseline (~2 m), 24-hour solution precision must be 0.2 mm or better in the north and east components and 0.4 mm or better in the vertical component for L1 and L2. Solution precision must be 0.4 mm or better in the north and east components and 0.8 mm or better in the vertical component for L3. 6.6. Short Baseline Residual Troposphere Delay Tests- Short baseline (~2 m) residual troposphere delay must be no larger than 1mm for L3 (based on tracking down to 0 elevation range. 7. Power consumption < 5 W while tracking all available satellites. Preference is given to systems with lower power consumption. 8. Receivers must automatically restart after loss of power and must power up in same configuration when powered down (or loss of power). The receiver must power-on at 11.85-12.0V and poweroff at 10.7-11.0V or allow setting arbitrary power-on and power-off voltages through a user configuration. 9. Ability to enable - disable code and carrier multipath rejection technology using a serial/IP command. 10. Receiver must stream and log GPS observables at 5 Hz or greater. Streaming and logging rates must be configurable to 5Hz, 1 Hz, and 5, 10, 15, 30, 60, and 300 sec intervals. 11. Receiver must have 2 serial ports with standard DB9 connector OR 2 serial ports with custom connector and connector to DB9 cable. 12. Receiver must have 2 power ports (one standard power input and one for battery backup).13. Receiver must have 1 Ethernet enabled port. Port does not have to be in same enclosure as GPS receiver. If it is an external serial to Ethernet adapter, the receiver must have a total of 3 serial ports.14. RINEX V2.0 translator software must accompany receiver. RINEX output must be compatible with teqc and include all available observables including L1 and L2 SNR as described above. 15. Receiver must meet the following environmental specification: Operating temperature: -40 C - + 65 C, Humidity: 100%, fully sealed, Shock: 1m drop to hard surface. 16. The receivers Mean Time Between Failure (MTBF) must be at least 57,500 hours according to the Bellcore "Ground Benign" specifications. 17. Receiver must support the input and output of MET/tilt measurements a). As a serial/IP pipe using an NMEA string or in documented Vendors format and b) Recorded in receiver data file. 18. Logged observables must include the ability to write time configurable (e.g. every 5 minutes) MET and tilt data. 19. Receiver must have ability to be remotely power cycled via a serial or IP command. 20. Receiver must implement a secure network connection (secure means via an encrypted, authenticated session) and limit TCP port numbers that can be connected to and limit TCP port numbers limit TPC port numbers that allow connections to the device. Permanent Station GPS Antenna Specifications 1. a) Milled aluminum L1/L2 Choke Ring antenna using Dorne & Margolin C146-10 (or similar) vertical dipole element or b) vendor L1/L2 geodetic antenna with ground plane and fully sealed, waterproof element. 2. Antenna must be separate from receiver. 3. Antenna must have well-defined phase (and gain) pattern to allow mixing with other standard antennas (i.e. the JPL D/M+crT) with negligible error. Antenna gain patterns must be reproducible i.e., all antennas must have identical phase patterns. Absolute phase center stability must be within 2 mm in the horizontal and 4 mm in the vertical relative to a JPL D/M+crT antenna. Antenna to antenna phase center repeatability (minimum 3 measurements, 1 sigma) must be 0.5 mm in the horizontal and 1 mm in the vertical. 4. Antenna must have a preamplifier that provides enough gain to operate the antenna up to 30 m from the receiver without an inline amplifier using LMR-400 or equivalent cable. 5. Antenna must meet the following environmental specification: Operating temperature: -40 C - + 65 C, Humidity: 100%, fully sealed. 6. Added requirement for GNSS antenna only: Comprehensive GNSS support, including GPS Modernization signals, GLONASS, and GalileoPermanent Station Accessories 1. Antenna cable - 30 m low loss (LMR-400 or equivalent cable) antenna cable with robust weatherproof connector. 2. System must include an AC power supply. 3. System must include DC power cable with polarity indicated. 4. System must include one RS232 cable (receiver to DB9) and one Ethernet 10baseT cable (receiver port to RJ45) All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered.The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents.This solicitation incorporates, by reference FAR 52.204-07, 52.212-1, 52.212-4, 52.212-3 and 52.212-5 are attached.Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-21 Prohibition Against Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons. 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.232-33, Payment by Electronic Funds Transfer; RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT:US GEOLOGICAL SURVEY, BRANCH OF ACQUSITIONS AND GRANTS, 3020 STATE UNIVERSITY DR EAST, STE 2002, SACRAMENTO, CA 95819 All quotes shall arrive to the attention of Stewart Evans via email at sevans@usgs.gov NO LATER THAN 2:00 P.M. P.D.T. on 19 AUGUST 2009. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09WRQQ0173/listing.html)
 
Record
SN01888477-W 20090729/090727235551-32b461d9bb565f9f7446a414ee69b54a (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.