Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

59 -- One Global Positioning System (GPS) Satellite Signal Generator for the US Army Electronic Proving Ground, Fort Huachuca, Arizona 85613

Notice Date
9/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-08-R-EPGSAT
 
Response Due
9/26/2008
 
Archive Date
11/25/2008
 
Point of Contact
Carmen Simotti, 520-533-8189<br />
 
Small Business Set-Aside
N/A
 
Description
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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: 1 each; Global Positioning System (GPS) Satellite Signal Generator. The GPS Satellite signal generator must replicate the GPS satellite signal. STANDARD SYSTEM CONFIGURATONS ARE: (1) Standard single output: L1 C/A and P-codes and M-Noise, 4 to 16 channels. (2) As above but with added L2 carrier plus C/A code or the new L2C code, and/or P(Y) code with 4 to 16 channels making a total of up to 32 channels in a single chassis. (3) Dual RF output each with 4 to 16 channels of GPS at both L1 and L2 with C/A (or L2C code) modulation and P(Y) and M-Noise-dual chassis supporting Differential (DGPS) and relative GPS. (4) Attitude and multi-vehicle or DGPS configurations of up to 4 RF outputs in L1/L2 format (up to 4 chassis with distribution unit). (5) L5 simulation. SELECTIVE AVAILABILITY AND ANTI-SPOOF (SA/A-S) TO INCLUDE: (1) SA dither and epsilon effects on a per-satellite basis. (2) A-S effects on a per-satellite basis. (3) Encrypted NMCT/WAGE data. (4) GPS Wing test vectors for SAASM extended functions. (5) Management of keys needed to enable PPS functions. (6) Classified analysis of recorded GPS Navigation Message data. The PPS functions provided are in accordance with references(b) and (c). Support for SAASM test vectors is in accordance with references (b) and (e). The DS-101 interface provided by the simulator key fill port is in accordance with reference (f). The DS-102 interface provided by the simulator key fill ports is in accordance with reference(g). Keys loaded into the simulator are never exported from the simulator and are never written to the simulator hard disk. A Zeroize function is provided to clear all loaded keys from the simulator. System must be compatible with the Electronic Proving Grounds existing Model GSS4766 Interface Combiner Module. USER INTERFACE: Provided a mouse-driven, point-and-click graphical type supported by on-line, context-sensitive Help facilities. Data selection is made using the mouse with alphanumeric input supplied via the keyboard. TEST SCENARIOS: Test scenarios are prepared by user defined data parameters stored in a scenario files. USER-DEFINED SIMULATED PARAMETERS: Start time and date, Vehicle performance envelope, Antenna placement, and orientation. Vehicle motion commands(Initial position and trajectory definition for all vehicles). GPS constellation definition Antenna reception patterns (Gain and phase). Atmospheric parameters for both the ionosphere from reference a and troposphere. Intentional Satellite clock noise (unclassified Selective Availability). Multipath definition Terrain obscuration. REFERENCES: (a) ICD-GPS-200 Rev. D, NAVSTAR GPS Space Segment/Navigation User Interfaces, 7 December 2004. (b) ICD-GPS-226, IRN-226-001, NAVSTAR Global Positioning System Precise Positioning Service Satellite Signal Simulator Design Requirements, 11 February 2002. (c) ICD-GPS-224 Rev. B, IRN-224B-001, NAVSTAR Global Positioning System Selective Availability and Anti-Spoofing Receiver Design Requirements, 10 February 1997. (d) ICD-GPS-222, Interface Control Document for the NAVSTAR Global Positioning System User Equipment Auxiliary Output Chip. (e) TDD-SCF-001, SAASM Security Critical Function Simulator Test Description Document, 5 June 2001. (f) EKMS 308, EKMS Data Tagging and Delivery Standard, Revision D, 9 September 2003. (g) DS-102 Common Fill Device Interface, 28 September 1987. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, 26 September 2008. Offers shall be submitted electronically at: carmen.simotti@us.army.mil. FAR 52.212-2, Evaluation of Commercial Items. Award will be made based on the low price/technically acceptable offer. Questions pertaining to the solicitation requirement must be submitted in writing to carmen.simotti@us.army.mil. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen Simotti at (520) 533-8189 or carmen.simotti@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27, effective 17 September 2008. This is full and open competition. The NAICS code is 334511. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Mar 2008). The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6a764c2d4b162383cf190af6846adf8b&tab=core&_cview=1)
 
Place of Performance
Address: Mission and Installation Contracting Command, E&IO, Attn: SFCA-WS, Electronic Proving Ground, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, Fort Huachuca AZ<br />
Zip Code: 85613-7063<br />
 
Record
SN01678705-W 20080925/080923215812-6a764c2d4b162383cf190af6846adf8b (fbodaily.com)
 
Source
FedBizOpps 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.