Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2020 SAM #6803
SOLICITATION NOTICE

58 -- GLOBAL NAVIGATION SATELLITE SYSTEM (GNSS) SIMULATOR SYSTEM

Notice Date
7/13/2020 11:26:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-20-R-0122
 
Response Due
7/16/2020 1:00:00 PM
 
Archive Date
07/31/2020
 
Point of Contact
Devin Hader, Phone: 7323232741
 
E-Mail Address
devin.hader@navy.mil
(devin.hader@navy.mil)
 
Description
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; proposals�are being requested and a written Solicitation is attached.� The provisions and clauses listed in the attached Solicitation document are supplemented with those in effect through Federal Acquisition Circular 2019-01.�� The Naval Air Warfare Center - Aircraft Division, Lakehurst (NAWC-AD LKE) will negotiate and award a firm-fixed-price, five (5) year, option-type contract procuring a Global Navigation Satellite System (GNSS) Simulator System for the AIR-4.5.5 Radar and Antenna System Division, Facilities for Antenna and Radar Cross Section (RCS) Measurements (FARM) that will be installed in the anechoic chamber in building 3200 at the FARM at NAS Patuxent River, Maryland.� The delivered GNSS Simulator System shall include all components, software, calibration, documentation, training, installation, and support as stated in this announcement and the attached Solicitation, Statement of Work and Contract Data Requirements Lists A001 - A010.� The five (5) years will consist of one 12-month base year and four (4) 12-month option years.� The option years will procure four (4) additional years of software/firmware/hardware updates, preventative maintenance, and technical support, as required.� New Equipment ONLY; NO remanufactured or ""gray market"" items.� All items must be covered by the manufacturer's warranty. DELIVERY / SHIP-TO LOCATION: see attached Solicitation for delivery instructions / ship-to location(s).� Shipping Instructions - Shipping must be free on board (FOB) Destination - CONUS (Continental U.S.), which means that the�Vendor�must deliver the goods on its conveyance at the destination specified by the Government, and the�Vendor�is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.� The Solicitation states the required delivery schedule for the quantities listed.� Vendors are to provide their delivery schedule on the quantities listed if different than the date(s) listed on the Solicitation.� Earlier deliveries are acceptable at no additional cost(s) to the Government. Vendors should read this announcement, and all attachment(s), carefully and submit the requested information as stated.� Vendors are to submit their�proposal on the full�requirement identified.� Partial proposals will not be considered.� Failure to submit a�proposal for each line item will result in the entire�proposal being deemed non-responsive.� Only one�proposal per�Vendor will be considered.� Proposal must state the time period that proposed prices are valid (i.e. 30 days, or a date certain).� An incomplete and / or late�proposal will not be considered for evaluation and / or award.� The Government reserves the right to cancel this Solicitation, either before or after the response date.� The Contracting Officer reserves the right to make no award under this procedure. Vendors are put on notice that the Government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the Vendor may require.� A written notice of award or acceptance of a proposal mailed or otherwise furnished to the successful�Vendor within the time for acceptance specified in the proposal, shall result in a binding contract without further action by either party.� Before the specified expiration date and time of a proposal, the Government may accept the�proposal whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SYSTEM FOR AWARD MANAGEMENT (SAM) REQUIREMENT:� This Solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines.� Registration information can be found at www.sam.gov�� Registration in SAM must be listed as ""ACTIVE"" at time of award.� In addition, the small business size for all Vendors that submit a proposal in response to this Solicitation will be validated via SAM. BASIS OF AWARD:� An award resulting from this announcement will be made to the responsible�Vendor whose�proposal is technically acceptable, is in full compliance to all other requirements set forth in the Solicitation, and the lowest price.� Interested Vendors are cautioned that their initial proposal should contain the Vendors best terms from a technical and price standpoint.� However, the Government reserves the right to obtain clarifications and / or conduct discussions and request�proposal revisions if the Contracting Officer later determines them to be necessary.� A Vendors past performance will be evaluated in accordance with Federal Acquisition Regulation Part 9 - ""Contractor Qualifications"" and will be included in the Government's responsibility determination.� All proposals will be evaluated for compliance with the terms, conditions, and requirements set forth in this Solicitation. NOTE: Per FAR 52.212-1(b)(4) interested vendors are reminded that as a minimum, proposals must show ""A technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.� This may include product literature, or other documents, if necessary."" Vendors are free to propose an alternative CLIN structure for the Government's consideration. Payments terms are upon Government acceptance of the full requirements on the resultant Contract.� Vendors are�allowed to propose alternative payment terms for the Government's consideration. Interested Vendors are to email their signed�proposal to Devin Hader, Contract Specialist, via the email specified in this announcement.� Questions concerning this Solicitation should be addressed to Devin Hader, Contract Specialist, via the email specified. Any question(s) received telephonically will not be answered and you are directed to submit your question(s) in writing to the Contract Specialist via the email specified in this announcement.� All questions and answers specific to this Solicitation will be posted to the beta.SAM website. The deadline for question submittal is 4:00 p.m. Eastern Standard Time on Thursday, July 9, 2020.� Interested Vendors are requested to submit questions at the earliest possible�date to enable the Government to provide a comprehensive and timely response.� Any amendment(s) to this Solicitation will be posted to the beta.SAM website.� No telephone requests for the Solicitation will be accepted, no written requests will be accepted and no hard copies of the Solicitation package will be mailed. AMENDMENT 001: 6/30/20 3:15pm A revision has been made to the Statement of Work. This replaces the bullet point under Section 4, Requirements, that previously read, ""The system shall be easily upgradeable to (the) alternate GNSS constellations of GLONASS E1 and E5 and Beidou� - it has been replaced to read, ""The system shall be easily upgradeable to (the) alternate GNSS constellations of GLONASS L1, L2, Beidou B1i, B1c, B2i, B2a, B3i, Galileo E1, E5 and GPS L5.� The SOW_v6 has been included in the attachments. AMENDMENT 002: 07/08/20 2:30pm This amendment adds the Excel file referenced in the submission instructions for pricing information, as well as extends the closing date to 16 July 2020, 4pm for submissions. AMENDMENT 003: 7/13/20 2:30pm Clarification questions have been asked regarding the Statement of Work, and the Technical Point of Contact has provided the below responses. Question listed first, with the answer provided next to the ""A"". Software Requirements: 1. The system must be capable of loading scenario files from Spirent SimGen (V6.03.01) for compatibility with existing test scenarios A - We have past baseline test results which we need to compare performance. Therefore, we need the replicate the past scenarios for the new tests. Heavy workloads make the creation of new system configurations of past scenarios forbidding within the current test schedule. GUI Display Requirements: 2. Graphical display of all satellites for the entire earth including tracks of satellite movement over time with the simulated location A � We need this feature for the development of scenarios to determine satellite availability and locations over the duration of the scenario.� 3. Display of vehicle dynamics including; � Speed � Altitude � Rate of climb � Attitude A � For dynamic scenarios, this feature is necessary to verify vehicle dynamics during the execution of the scenario. 4. Display of signal details for each simulated satellite � Azimuth and Elevation angles � RF HW channel � Satellite Pseudo random number (PRN) � Frequency � Power level � Codes � Pseudorange (PR) � PR rate A � This is necessary for the development of test scenarios, also during the execution of a test for the verification of proper operation of the simulator. Simulator Configuration Control Requirements � Scenario Control 5. For a simulation, shall have the ability to start, stop, restart and fast forward the scenario A � For a majority of our antenna testing we measure the performance under different interference environments, for which we repeat the GPS scenario over and over. Evaluating a scenario for appropriate duration and SVID quantity requires the simulation to be observed over a period of time. Evaluation of different time periods is forbidding using only real-time playback. Simulator Configuration Control Requirements � Scenario Configuration Requirements 6. Map satellites to RF channels A � For a majority of our testing, we need the satellite antenna locations at their respective aspect angles in the scenario (with respect to the antenna under test). Therefore, we require the routing of the individual SV RF outputs to specific channels connected to antenna locations in the chamber. 7. For each satellite control: � Frequencies � PRN Codes � Satellite type � Satellite signal power levels with power adjustment by satellite including: � Globally adjusting all frequencies and codes together � By frequency band including all codes � By code A � For our testing we require the ability to turn on and off specific SV frequencies and codes. We also perform SV power calibration requiring the control of power level of each SV/frequency/code. 8. Simulator Channel mapping script � text file to control the following at specific times in the scenario � Mapping of satellites to RF channel � Setting RF channel power level � Turning RF channels on and off � Attenuate power for each frequency for each satellite individually A � As mentioned above, we need to control the power level of each SV/frequency/code for out testing. Also, during our evaluations, we need to be able to turn off SVs, bands and codes of the constellation during the scenario run. 9. Interactive real-time changed during the scenario � Satellite to hardware channel � Individual sliders to change RF power for each satellite A � The �Satellite to hardware channel� requirement is an error, it should be eliminated. The sliders of the SV power are used to calibrate the satellites power over the scenario.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cedd4e16ddf64660a1db2577f2b3578c/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN05719304-F 20200715/200713230151 (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.