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:
[email protected].
Bid Protests Not Available