Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOURCES SOUGHT

58 -- Marine Artillery Precise Positioning Service (PPS) Global Positioning System (GPS) Surveying System

Notice Date
4/1/2010
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410I6010
 
Response Due
5/14/2010
 
Archive Date
5/29/2010
 
Point of Contact
Larry D. GILLMANUSMC (Ret)Contract SpecialistAFSS, MarCorSysCom(703) 432-4241 phone(703) 432-3550 fax
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
The United States Marine Corps is seeking information for a commercially available Marine Artillery Precise Positioning Service (PPS) Global Positioning System (GPS) Surveying System. The Marine Corps has an operational requirement to provide common grid for fire support systems and target acquisition systems utilizing a Selective Availability Anti-Spoofing Module (SAASM) compliant PPS GPS receiver to replace the aging AN/GSN-14 GPS-Survey (GPS-S). It is anticipated that in Fiscal Year 2011 Marine Corps System Command will be interested in procuring twenty-two commercially available survey grade systems consisting of 4 PPS GPS receivers each. The performance specifications and compliance requirements that follow describe the specific characteristics that are required to provide the desired capability. a. A system that currently incorporates SAASM, or can be readily made SAASM compliant in accordance with Chairman of the Joint Chiefs of Staff Instruction (CJCSI) 6140.01_. b. The system must be able to self locate a base receiver to an absolute position accuracy, without the aid of post processing, to better than 4 meters horizontal and 4 meters elevation. The system must conduct Real-Time Kinematic differential survey to at least GPS Order (C) Class 1 relative accuracy with azimuth accuracy of better than 0.4 mils between two points on a line of no greater than 30 meters. The system must be capable of displaying Universal Transverse Mercator coordinates to a resolution of at least 0.01 meters and Geodetic coordinates to a resolution of at least 0.001". The system must be capable of displaying elevation referenced to orthometric height and height above ellipsoid to a resolution of at least 0.01 meters. The system shall output data for post processing in a RINEX format. With the aid of post processing software, the system must be capable of achieving at least GPS Order B. c. The system must be capable of being man-portable and operate from COTS batteries, 12/24VDC, and 120/240VAC power sources along with all necessary chargers. d. The system shall be capable of operating using organic wireless secure radios to a distance of at least 15 kilometers and also operate with existing Government Furnished Equipment (GFE) radios. e. The hardware must be resistant to the effects of environmental conditions and be capable of operation of Marines in MOPP IV or cold weather gear. Vendor responses should also provide information on the following topics: f. Preferred method of employment (concept of operations) g. Maintenance requirements h. Training requirements i. System reliability/availability j. Warranty k. Cost per unit(s) Vendors capable of providing a system that demonstrates the performance specifications and characteristics stated above, and not requiring research and development, are invited to submit a response to this notice. Vendors should submit detailed descriptions of any candidates to include drawings, pictures, brochures, etc. that will convey the operating principles as well as general and specific system capabilities behind the submissions and their ability to meet the requirements above. Vendors deemed to meet the requirements above should be able to provide a Microsoft "PowerPoint" oral presentation to the Survey Project Officer. Scheduling for presentations will begin 24 May 2010 and they should not exceed two hours in length. Vendors should describe any past or current contracts whose deliverables satisfy items covered in this announcement. The Government is interested in procuring twenty-two (22) systems and their intent is to pursue future competition in production. Interested sources are requested to respond no later than 4:30pm EST on 14 May 2010 stating their CAGE Code, DUNS number, copy of GSA schedule, business size, SIC Code, and the complete contract information for a corporate point of contact. Interested sources should respond to: Commander, Marine Corps Systems Command, ATTN: FSS/Contracts (attn: L.D. Gillman), 2200 Lester Street, Quantico, VA 22134. Proprietary information shall be clearly marked. This RFI is for planning purposes and shall not be construed as an invitation for bid, request for quotation, request for proposal, or as obligation on the part of the Government to acquire products or services. Responses shall be treated as information only and part of market research and will not be shared outside of the Government. All information shall be submitted at no cost or obligation to the Government, no entitlement to payment of direct or indirect costs or charges to the Government as a result of contractor responses to this announcement. Documentation provided will not be returned. Contracting Office Address:M67854 Marine Corps Systems Command, AFSS (PG14/CT), 2200 Lester Street, Quantico, VA 22134 Place of Performance:AFSS, ATTN: PG14/CT2200 Lester Street, Quantico, VA 22134 USA Point of Contact(s):Larry Gillman (Contract Specialist) 703-432-4241, larry.gillman@usmc.mil;Peter Dowsett (Survey Project Officer) 703-432-4268, peter.dowsett@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410I6010/listing.html)
 
Record
SN02109821-W 20100403/100401235144-7bc444ca5378a91c9e902845a2e8a105 (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.