Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2020 SAM #6748
SOLICITATION NOTICE

66 -- Inertial Navigation System

Notice Date
5/19/2020 11:25:18 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E520QATLA7
 
Response Due
5/26/2020 10:00:00 AM
 
Archive Date
06/10/2020
 
Point of Contact
Frank J Pete
 
E-Mail Address
frank.j.pete@usace.army.mil
(frank.j.pete@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research Laboratory (CRREL) has a requirement for one (1) Inertial Navigation System (INS) for georeferencing applications in support of project work. The inertial navigational system must have the following minimum requirements:� Tightly coupled GNSS with INS No moving parts internally Onboard data storage Head accuracy <= 0.10 degrees Must support multiple GPS/GNSS modes including: L1/L2, GPS, GLONASS, SBAS, and RTK, pulses: 3in and 2 out Multiple inputs and outputs to include x2 serial inputs and outputs. Digital Mileage Indicator (DMI) input and Ethernet Compact size: 6.4in x 6.4in x 4.5in Available software for post processing of all tightly couple trajectories Must be declared Dual-Use on non-ITAR controlled ERDC-CRREL intends to award a purchase order on a sole source basis to iXBlue, Inc. upon the basis of the authority provided at FAR 13.106-1(b)(1). Market research indicates that iXblue, Inc. is the only source for this requirement because the Inertial Navigational System (INS) has been validated to be fully interoperable with CRREL�s existing software used in on-going research projects.� iXBlue, Inc. is the sole vendor for their proprietary products and has been �identified as the only source capable of offering a product meeting the requisite specification requirements.��� The associated North American Industry Classification System (NAICS) code is 334511, which has a size standard of 1,250 employees. This Notice of Intent is not a request for competitive quotations. �However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 12:00 PM CST, 26 May 2020 to frank.j.pete@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. �A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ea6d961bf7e45ada2065e4ec8713f91/view)
 
Place of Performance
Address: Hanover, NH, USA
Country: USA
 
Record
SN05663072-F 20200521/200519230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.