Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2005 FBO #1175
SOLICITATION NOTICE

D -- XYZs Software

Notice Date
2/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (C2EC), USCG Command and Control Engineering Center 4000 Coast Guard Boulevard, Portsmouth, VA, 23703-2199
 
ZIP Code
23703-2199
 
Solicitation Number
Reference-Number-HSCG210511DGPS045
 
Response Due
3/8/2005
 
Archive Date
3/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Command and Control Engineering Center (C2CEN), USCG intends to purchase on a non-competitive basis with The XYZs of GPS Inc., of Dickerson, MD for development of software driver/interface for septentrio navigation polarx2 GPS receiver used with DGPS reference station/integrity monitor (RSIM) software. This procurement will be processed in accordance with FAR Part 13. This proposed action is for supplies for which the Government intends to solicit and negotiate with only one (1) source under the authority of FAR Subpart 6.302. This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed purchase order based upon responses to this notice received would be considered, solely for the purpose of determining whether to conduct a competitive procurement. The software is to be delivered to US Coast Guard C2CEN, Portsmouth, VA. The NAICS Code is 541511, 21 Million. Small business firms that are interested in proposing on this requirement must respond in writing no later than 15 days from the date of this publication. Small business firms must provide a system that would perform within the same parameters as the specified equipment. Telephone requests will NOT BE accepted. Any questions are to be faxed to (757) 686-4018 or sent to e-mail address chouck@C2CEN.uscg.mil. Notes 1 and 22 apply. STATEMENT OF WORK DGPS RTCM REFERENCE STATION AND INTEGRITY MONITOR SOFTWARE DRIVER FOR SEPTENTRIO SATELLITE NAVIGATION POLARx2 GPS RECEIVER 1 GENERAL. 1.1 Background: The Coast Guard Differential Global Positioning System (DGPS) broadcast network uses an Ashtech Z12R Marine Reference Station (RS) to detect Global Positioning System (GPS) signal errors and calculate corrections. And, a Trimble 4000IM MSK Integrity Monitor (IM) provides high-precision positioning and integrity monitoring functions. The RS generates required Radio Technical Commission for Maritime (RTCM) Special Committee (SC) 104 data message and modulates those messages into a medium frequency (MF) signal that is fed to a radio frequency linear power amplifier (RFLPA). The IM generates required integrity data messages for the RS. A problem exists because the Ashtech Z12R and the Trimble 4000IM are no longer manufactured or available. The system functionality of both these equipments is still required by the Coast Guard DGPS System. A replacement method of calculating GPS errors, formulating the required RTCM SC-104 messages and generating a modulated signal to the RFLPA has been developed that uses software previously delivered by The XYZ?s of GPS to Coast Guard Command and Control Engineering Center (C2CEN). The software uses raw data observables from a high quality GPS receiver to calculate DGPS correction and formulate the required RTCM SC-104 messages. The present software only has drivers/interfaces for the Ashtech Z12R, Trimble 4000IM and Trimble NetRS GPS receivers. Each manufacturer and sometimes-individual equipments have slightly to vastly different interface requirements for communicating with the equipment. In order to ensure the new DGPS broadcast network system remains an open architecture additional drivers/interfaces must be developed prior to field prototyping of the new system. 1.2 Personnel. 1.2.1 Citizenship: All contractor employees used on this contract shall be citizens of the United States, or if aliens, shall be legal residents of the United States 1.2.2 Employee Identification: In the event a contractor employee is working on-site at C2CEN, appropriate identification shall be provided in accordance with C2CEN security procedures. 1.2.3 Employee Conduct: The contractor?s employees shall observe and comply with all applicable local and higher regulations, policies and procedures, e.g., fire, safety, sanitation, security, wearing of parts of military uniforms, and possession of firearms. The contractor shall ensure that all its employees present a professional appearance at all times and that their conduct shall not reflect discredit on the United States, the Department of Homeland Security or the Coast Guard. 1.2.3.1 Removing Employees from Installation for Misconduct or Security: In the event a contractor employee is working at a government site, the Government may, at its sole discretion, direct the contractor to remove any employee from the installation for misconduct or security reasons. Such removal does not relieve the contractor of the responsibility to provide sufficient qualified personnel required for adequate and timely services. 1.2.4 Conflict of Interest: The contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to, cause a conflict of interest. The contractor shall not employ on a part or full time basis an employee of the Coast Guard, uniformed or civilian, unless the Coast Guard has officially approved that employment. 1.3 Quality Control Program: The contractor shall have a written Quality Control Program that is acceptable to the Government and that assures that all work will conform to contract requirements. 1.4 Government Quality Assurance: The Government will evaluate the contractor?s performance under this contract using the task requirements and quality standards in this performance work statement. When an observed defect is other than minor, or when on-the-spot corrective action as to the cause cannot be taken, the Government will use a Contract Deficiency Report (CDR), shown on Exhibit 1, to advise the contractor of the problem and require contractor response or corrective action. STATEMENT OF WORK, DGPS RTCM REFFERENCE STATION AND INTEGRITY ONITOR SOFTWARE SEPTENTRIO SATELLITE NAVIGATION POLARx2 GPS RECEIVER DRIVER 1.4.1 Security Clearances: No special security clearances are required to perform the work under this contract. However, upon reques t, the contractor shall submit a list to the COTR showing the name and address of each employee (direct or sub-contracted) that will be working on the software development. 2 SCOPE OF WORK. 2.1 The contractor shall develop a driver/interface for DGPS RTCM Reference Station and Integrity Monitor (RSIM) software program that enables the connection and use of the Septentrio Satellite Navigation PolaRx2 GPS receiver. Functionality of the PolaRx2 with the RSIM software shall yield the same functionality as the Trimble NetRS GPS receiver. The driver/interface shall enable full control of the PolaRx2 receiver including raw GPS data extraction and receiver function parameter configuration. 2.2 The driver/interface shall run seamlessly in normal operation and shall not degrade performance of either the PolaRx2 receiver or the RSIM software. 2.3 The driver/interface shall have the same Windows based PC platform restrictions that exists for the RSIM software. 2.4 The contractor shall deliver a software driver/interface that runs with the RSIM software on a Windows platform and shall enable full control of the PolaRx2 receiver including raw GPS data extraction and receiver function parameter configuration. 3 GOVERNMENT FURNISHED PROPERTY. 3.1 Property: The Government shall not provide any target host equipment or software baseline. 4 CONTRACTOR FURNISHED ITEMS. 4.1 The contractor shall furnish any item (software or hardware) required to perform this contract except as specified as Government furnished property listed in Section 3. 5 SPECIFIC TASKS . 5.1 TASKS. 5.1.1 SOW MANAGEMENT. The contractor shall be responsible for coordinating all associated SOW tasks with the C2CEN COTR. 5.2 DELIVERABLES. 5.2.1 Software. All software shall be delivered on CD media in a format supported by the Windows based PC platform. All media shall be clearly marked with the date of the software release, the unique version identifier and the supported platform. The contractor shall deliver eight (8) copies of the media. The delivery shall also include unlimited use of the driver/interface with any XYZ?s of GPS RTCM DGPS Reference Station and Integrity Monitor software executable licenses. 5.2.2 Documentation. 5.2.2.1 Software Test Plan: The contractor shall prepare a Software Test Plan to define the schedule for all testing to be performed under this effort. 5.2.2.2 Software Test Description: The contractor shall prepare a Software Test Description, which define the procedures for all testing to be performed under this effort. 5.2.2.3 Software Test Results: The contractor shall prepare a Software Test Report to describe the results for all testing performed under this effort. 5.2.2.4 Software User?s Manual: The contractor shall provide a revised version of the previously delivered Software User?s Manual for RSIM software that reflects the additionally available driver documentation. A hardcopy and eight (8) electronic copy formats (either PDF or MS Word) shall be provided. The electronic copies may be included on the CD with the software. STATEMENT OF WORK, DGPS RTCM REFFERENCE STATION AND INTEGRITY MONITOR SOFTWARE SEPTENTRIO SATELLITE NAVIGATION POLARx2 GPS RECEIVER DRIVER 6 ACCEPTANCE TESTING. 6.1 CRITERIA 6.1.1 The delivered software shall be installed on a Windows based PC platform with the same or equivalent specifications as those used to run the DGPS RSIM software. The installation will be done as specified in the Contractor provided Software User?s Manual. 6.1.2 The Windows PC platform will be installed in a known working Coast Guard DGPS system-engineering site. 6.1.3 Output corrections measurement observables will be recorded and compared with those obtained from a parallel system that has a Trimble NetRs connected to it. 6.1.4 The test will be conducted for a minimum of 10 day and maximum of 20 day period. 6.1.5 Correction measurement observables and functionality control by the delivered driver/interface must be equivalent to those of the driver/interface for the Trimble NetRs. 7 DELIVERY SCHEDULE 7.1 Testable Software and Draft Documentation: 60 days after contact award. 7.1.1 Final Software and Documentation: 90 days after contact award. 8 DEFINITIONS. C2CEN COTR: The C2CEN COTR for this SOW is Mr. Allen Cleveland for engineering services, technical assistance and support. C2CEN: U.S. Coast Guard, Command and Control Engineering Center, Portsmouth, Virginia. Contractor: The term ?contractor? as used herein refers to the prime contractor and sub-contractors. COTR: Contracting Officer?s Technical Representative. COTS: Commercial Off the Shelf DSP: Digital signal processing. Government: Any U.S. Department of Transportation or U.S. Coast Guard representative. GFP: Government Furnished Property GUI: Graphical User Interface. MF: Medium Frequency RFLPA: Radio frequency linear power amplifier. RSIM: Reference Station and Integrity Monitor. RTCM: Radio Technical Commission for Maritime. SC: Special Committee. SOW: Statement of Work. 9 REFERENCES. RTCM PAPER 136-2001/SC104-STD, RTCM Recommended Standards for Differential GNSS, ver 2.3, dated August 20, 2001 RTCM PAPER 137-2001/SC104-STD, RTCM Recommended Standards for Differential NAVSTAR GPS Reference Stations and Integrity Monitors (RSIM) ver 1.1, dated August 20, 2001 Z-12R DGPS Reference Station Operation & Technical Manual. COMDTINST M16577.1, Broadcast Standard for the USCG DGPS Navigation Service
 
Place of Performance
Address: 4000 COAST GUARD BLVD, PORTSMOUTH, VA
Zip Code: 23703
Country: USA
 
Record
SN00749681-W 20050213/050211211520 (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.