Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2002 FBO #0153
SOLICITATION NOTICE

A -- Defense Advanced GPS Receiver (DAGR) Request for Proposal (RFP) - Pre-Proposal Conference

Notice Date
5/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
F04701-02-R-0005
 
Response Due
5/7/2002
 
Archive Date
6/25/2002
 
Point of Contact
Maj Keith Hirschman, Technical Point of Contact, Phone (310) 363-2925, - David Smith, Contracting officer, Phone (310) 363-0384,
 
E-Mail Address
keith.hirschman@losangeles.af.mil, david.smith@losangeles.af.mil
 
Description
The NAVSTAR Global Positioning System Joint Program Office intends to solicit proposals for the production of the Defense Advanced GPS Receiver (DAGR). The DAGR program will provide authorized DoD, Federal Civilian and Foreign Military Sales (FMS) users of GPS User Equipment (UE) a lightweight (less than 2 pounds), hand-held, dual frequency (L1/L2), Selective Availability Anti-Spoofing Module (SAASM) based, Precise Positioning Service (PPS) receiver. The DAGR will have a ten-year service life. The DAGR will be an easy to use, highly reliable, multiple-use device that can accommodate, with minimal training, a wide range of user skill levels. The DAGR will replace the Precision Lightweight GPS Receiver (PLGR) and be interoperable with PLGR integrated platforms. Fielding is anticipated to begin in 4QFY04 at a target unit price of $2,000 or less (including a 5-year warranty). Similar to the PLGR, the DAGR will be maintained by the developer with field service limited to battery change-out and self-test. The production contract will contain firm fixed price options for a maximum acquisition of 188,300 DAGRs and an array of associated accessories over a period not to exceed eight years. The Government's strategy in the DAGR solicitation will be to employ a "two step" approach. The first step contains two First Article (FA) production contractors selected as a result of a best value source selection. The second step is down select to the full rate production contractor based on price and performance competition. Results from the first phase of the Development Testing (DT1) will be used in the down select. Proposals will be due 30 days after release of the solicitation (scheduled for 15 April 2002) and will include 15 technical samples of the offeror's proposed design. The Technical Samples (TS) will be tested and the results will be used in an assessment of the offeror's proposal risk. This is a best value source selection conducted in accordance with FAR 15.3 and Supplements. The Government intends to award two contracts for the delivery of 250 DAGR First Article Test units each and will exercise production options for only one contractor based upon Government-witnessed contractor FA testing, Government FA testing and the call for improvement proposal. The Government reserves the right to award only one contract, if, in the opinion of the SSA, it is in the best interest of the Government. For the DAGR production down select, the Government will conduct a Limited Call for Improvement (LCFI) from the FA production contractors only--after approximately one month of Government Developmental Testing (DT1). The down select will be based predominantly on cost/price and some key performance criteria. Selected schedule milestones are as follows: RFP release 15 April 02; Proposals (and tech samples) due 16 May 02; Dual FAT contract award on 23 September 2002; Down select in August 2003. See note 26. The production of the supplies listed requires a substantial initial investment or an extended period of preparation for manufacture. No contract award will be made on the basis of offers or proposals received in response to this notice. Potential bidders may request access through the GPS Bidder's Library by contacting John Pezan at john.pezan@losangeles.af.mil or telephone at (310) 363-3309.
 
Place of Performance
Address: At contractor's facility.
 
Record
SN00070371-W 20020504/020502213220 (fbodaily.com)
 
Source
FedBizOpps.gov 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.