The RFP Database
New business relationships start here

Small Purchase Order Request, two GSS9000 Satellite Simulators, one SimSAAS Y-code Module, and four SF1001-11, FPGA AOC Security Modules


Alabama, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

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.

Solicitation number W31P4Q-15-T-0012 is being issued as a request for quote; however, the US Army Aviation and Missile Command intends to issue a sole source firm fixed price purchase order to Spirent Federal Systems, Inc., 1402 W. State Rd., Pleasant Grove, UT 84062. Authority cited: Statutory Authority permitting other than Full and Open Competition for this requirement is 10 U.S.C. 2304(C) (1), as implemented by paragraphs 6.302-1(a)(2)(iii) of the Federal Acquisition Regulation (FAR) entitled quote mark For DoD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in-- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition, or (B) Unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 2304(d)(1)(B).) quote mark . The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83.

This requirement, which was previously purchased under purchase order W31P4Q-15-P-0083, includes the following:

-    GSS9000 Satellite Simulators (2 each)
-    SimSAAS Y-code Module (1 each)
-    SF1001-11, FPGA AOC Security Modules (4 each)
-    12 Month warranty

System Requirements:

1.    24 Channels L1/L2 C/A Code, P-Code, and M-Code Selective Availability/Anti-Spoofing
2.    Ground Transmitter (i.e. pseudolite capability)
3.    High dynamic six-degree-of-freedom motion generator (+/-300,000 m/s velocity, +/-10,000 m/s2 acceleration, +/-10,000 m/s3 jerk).
4.    Vehicle antenna pattern and lever arm control, including vehicle body frame masking/shadowing.
5.    Vehicle body frame and spherical earth single bounce multipath; true code (smearing/cancellation), and carrier (amplitude and phase) effects
6.    GPS system atmospheric, receiver error models including:
7.    Satellite/Pseudolite clock and ephemeris errors
8.    Ionospheric and tropospheric errors
9.    Receiver clock G-sensitivity (high dynamics)
10.    Real-time closed-loop capability with 1 msec latency and 1 kHz vehicle state external update rate via SCRAMNet (or other suitable real-time interface)
11.    Support SCRAMNet, Ethernet, RS-422/RS-232 interfaces
12.    Hard Real-Time Operating System
13.    High Power Output Port for debugging
14.    Debugging/Scenario Data Logging Capability
15.    Real Time GPS constellation controls to modify satellite power, data, errors etc.
16.    Minimum of 1 RF output and 1 RF+60dB output per 24-channels
17.    Provide a 1-PPS output valid on the 1 second GPS time rollover
18.    Rate of external motion control should be up to 200 Hz
Desired System Capabilities
1.    Simulated motion of each antenna shall have the ability to be generated from a pre-determined motion file or driven in real-time from a SCRAMNet (or other suitable real-time interface) interface or via a co-hosted user-provided simulation executable using POSIX message queues.
2.    Modeling parameters shall be provided to the SCS process via Ethernet messages or via a co- hosted user-provided controller executable using POSIX message queues.
3.    The SCS shall provide the following code and carrier phase precisions.
a.    Code Phase to 5 cm with inter-channel bias less than 5 cm
b.    Code Frequency to 1 cm/s
c.    Carrier Phase to 3 mm
d.    Carrier Frequency to 5 mm/s
4.    The ability to simulate terrain effects on each RF transmitter is desired
5.    Provide an oscillator time source with a stability of 5x10-10 per day
6.    Rate of external motion control should be up to 600 Hz
    
The place of delivery, acceptance and FOB point is:

US Army RDECOM, WDID
RDMR-WDS-S
5400 Fowler Road
Redstone Arsenal, AL 35898

The anticipated period of performance is 90 working days from the date of award for the delivery of GSS9000 Satellite Simulators (2 each), SimSAAS Y-code Module (1 each), and SF1001-11, FPGA AOC Security Modules (4 each) and 12 months from the date of hardware delivery for Product Warranty.

The following Contract Line Item Numbers (CLIN) will be included in the subsequent award:
-    CLIN 0001 - CLIN 0001 will be issued for the total acquisition of the hardware

All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. All quotes shall include delivery dates expressed in days or weeks from award date.

Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award.

The following FAR provisions/clauses are applicable to this requirement:
    52.203-3 - Gratuities
    52.204-7 - System for Award Management
    52.204-16 - Commercial and Government Entity Code Reporting
    52.204-17 - Ownership or Control of Offeror
    52.204-18 - Commercial and Government Entity Code Maintenance
    52.209-7 - Information Regarding Responsibility Matters
    52.212-1 - Instructions to Offerors - Commercial Items
    52.212-3 - Offeror Representations and Certifications - Commercial Items
    52.212-4 - Contract Terms and Conditions - Commercial Items
    52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
o    52.203-6 -Restrictions on Subcontractor Sales to the Government, with Alternate I
o    52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards
o    52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
o    52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters
o    52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations
o    52.219-8 - Utilization of Small Business Concerns
o    52.219-9 - Small Business Subcontracting Plan
o    52.219-16 - Liquidated Damages-Subcontracting Plan
o    52.219-28 - Post Award Small Business Program Re-representation
o    52.222-3 - Convict Labor
o    52.222-19 - Child Labor-Cooperation with Authorities and Remedies
o    52.222-21 - Prohibition of Segregated Facilities
o    52.222-26 - Equal Opportunity
o    52.222-35 - Equal Opportunity for Veterans
o    52.222-36 - Equal Opportunity for Workers with Disabilities
o    52.222-37 - Employment Reports on Veterans
o    52.222-40 - Notification of Employee Rights Under the National Labor Relations Act
o    52.222-50 - Combating Trafficking in Persons
o    52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving
o    52.225-13 - Restrictions on Certain Foreign Purchases
o    52.232-33 - Payment by Electronic Funds Transfer - System for Award Management
o    52.233-3 - Protest After Award
o    52.233-4 - Applicable Law for Breach of Contract Claim
    52.232-40 - Providing Accelerated Payments to Small Business Subcontractors
    52.242-15 - Stop-Work Order
    52.246-2 - Inspection of Supplies -- Fixed Price
    52.246-16 - Responsibility for Supplies
    52.247-34 - F.O.B. Destination

The following DFARS clauses are applicable to this requirement:
    252.203-7000 - Requirements Relating to Compensation of Former DoD Officials
    252.203-7005 - Representation Relating to Compensation of Former DOD Officials
    252.203-7998 - Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements--Representation (Deviation 2015-O0010)
    252.204-7011 - Alternative Line Item Structure
    252.204-7012 - Safeguarding of Unclassified Controlled Technical Information
    252.204-7015 - Disclosure of Information to Litigation Support Contractors
    252.209-7992 - Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law--Fiscal Year 2015 Appropriations (Deviation 2015-O0005)
    252.211-7003 - Item Unique Identification and Valuation
    252.219-7003 - Small Business Subcontracting Plan (DoD Contracts)
    252.223-7008 - Prohibition of Hexavalent Chromium
    252.225-7001 - Buy American and Balance of Payments Program
    252.225-7012 - Preference for Certain Domestic Commodities
    252.226-7001 - Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
    252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports
    252.232-7006 - Wide Area Workflow Payment Instructions
    252.232-7010 - Levies on Contract Payments
    252.243-7002 - Requests for Equitable Adjustment
    252.244-7000 - Subcontracts for Commercial Items
    252.247-7023 - Transportation of Supplies by Sea

Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award. Invoicing and payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006.

Offerers must fill-in the attached provision, DFARS 252.209-7992 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations, and submit with their quote.

Quotes are due no later than 3:00 pm (CST), 08 September 2015, in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Miroslaw Chodaba at miroslaw.chodaba.civ@mail.mil or via facsimile at 256-313-2392, marked to the attention of Miroslaw Chodaba. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to:

ACC-RSA, CCAM-RDB
ATTN: Miroslaw Chodaba (256-876-2105)
Building 5400, Room B132
Redstone Arsenal, AL 35898-5250

Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Miroslaw Chodaba at miroslaw.chodaba.civ@mail.mil.


Miroslaw Chodaba, 256-876-2105

ACC-RSA - (Missile)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP