|
COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1996 PSA#1636NASA Langley Research Center, Bid Distribution Office, MS 126, Hampton,
Virginia 23681-0001 66 -- GLOBAL POSITIONING SYSTEM UNIT SOL 1-075-GHG.1258 DUE 072996 POC
Evangeline G. Poulson, Purchasing Agent, 757-864-2433. 1) Quantity 2
each, Delivery 30 days after date of contract award. Bid opening date
of 7-29-96 is approximate. Global Positioning Systems, comprised of:
Global Positioning System Units, Shall track twelve (12) channels,
shall have position update rate of 5 per second or better, shall have
position raw data availability rate of 20 per second or better, shall
operate on 10-36 vdc power at 1 amp. or less, shall have 2 each RS232
ports, shall have 9600 Buad rate capability, shall be capable of stand
alone or differential operational modes, shall have real time
differential position accuracy or 20 cm. or better with post processing
differential accuracy of 2 cm, shall have tracking capability of 300
knots or better, shall have less than 90 sec cold start acquisition
time, shall have less than 5 sec reacquisition time: shall be able to
operate in temperature range of -20 to +70 degrees. C, shall be able to
operate at altitudes up to 30,000 ft. or better, shall be enclosed in
a dust free, water resistant, light weight, easily mountable housing of
approx. 12in. x 6in. x 4in. size, shall be NovAtel ProPak RT 20 or
equal. 2) Quantity 1 each, Global Positioning System Card, Shall track
twelve (12) channels, shall have position update rate of 5 per sec. or
better, shall have position raw data update rate of 20 per sec. or
better, shall be in standard pc card configuration to install in an IBM
or compatible computer, shall be capable of 9600 baud rate, shall have
RS232 data ports, shall be able to operate in stand alone or
differential mode, shall be capable of real time sub meter accuracy
with post processing accuracy of 2 cm., shall have cold start
acquisition time of 90 sec. or less, shall have reacquisition time of
5 sec. or less, shall have temp operation of 0 to 70 degrees. C or
better, shall be NovAtel model 3951R or equal. 3) Quantity 2 each, GPS
Antenna (Ground) GPS satellite receiver units, shall be compatible
with items 1 & 2, shall be NovAtel model 501 or equal. 4) Quantity 1
each, GPS Antenna (Aircraft) GPS satellite receiver unit, shall be
aircraft mountable and meet FAA TSO-C115A certification, shall be
compatible with items 1 & 2, shall be NovAtel model 511 or equal. 5)
Quantity 2 each, shall be performance enhancement tool for item 3 by
reducing code and carrier phase multipath, shall be NovAtel Antenna
Choke Ring model A030 or equal. 6) Quantity 3 each, 15m. Cables, Cable
shall be 15M. in length and furnished with connectors to connect item
1 or 2 to items 3 or 4, shall be NovAtel part number C015 or equal. 7)
Quantity 1 each 5m. Cable, Cable shall be 5 M. in length and furnished
with connectors to connect item 2 with 4, shall be NovAtel part number
C005 or equal. All items shall be compatible and furnished with
appropriate hardware, software, and instructions for proper
installation and usage. This notice constitutes a complete Request for
Quotations (RFQ). No additional RFQ is available. All responsible
small business sources may submit a bid which will be considered. This
procurement is 100 percent set aside for small business concerns. This
is a commercial item procurement, see FAR Part 12. FAR Clauses
52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5 are incorporated
by reference. Quotes may be mailed to NASA Langley Research Center,
Mail Stop 138, Hampton, VA 23681-0001, or faxed to 804-864-6131,
solicitation number must be cited in either case. The quote must be for
the item(s) described above, contain a CERTIFICATION that the offeror
is a small, small disadvantaged, or small woman-owned business, be FOB
destination to this Center, include the proposed delivery schedule and
discount/payment terms and warranty duration (if applicable), and be
signed by an authorized company representative. Offerors should include
their taxpayer identification number (TIN). Quotes are due by 3:00 p.m.
local time on 7-29-96. All timely quotes received from small businesses
will be considered. Quotes must include adequate information and
submittals to determine whether the proposed item(s) will meet the
requirement described above. Product literature is recommended for
technical information. Evaluations will be per line item, and award(s)
will be for the best value to the Government, with price, technical,
and past performance considered essentially equal. Award is anticipated
within 7 days of the date quotes are due. This procurement is being
conducted under the Simplified Acquisition Procedures. An ombudsman has
been appointed to hear concerns from offerors, potential offerors, and
contractors during the preaward and postaward phases of this
acquisition. The purpose of the ombudsman is not to diminish the
authority of the contracting officer, the Source Evaluation Board, or
the selection official, but to communicate concerns, issues,
disagreements, and recommendations of interested parties to the
appropriate Government personnel and to work to resolve them. When
requested, the ombudsman will maintain strict confidentiality as to the
source of the concern. The ombudsman does not participate in the
evaluation of proposals, the source selection process, or the
adjudication of formal contract disputes. Concerned parties may call
the installation ombudsman Belinda Adams at 804-864-8989. DO NOT CALL
THE OMBUDSMAN FOR SOLICITATION REQUESTS/INFORMATION. Concerns, issues,
disagreements, and recommendations which cannot be resolved by the
installation ombudsman may be referred to the NASA Agency ombudsman Tom
Luedtke at 202-358-2090. Before consulting with any ombudsman,
interested parties must try to resolve their concerns with the contract
specialist or the contracting officer. For solicitation
requests/information, contact the point of contact (POC) listed at the
beginning of this synopsis. (0193) Loren Data Corp. http://www.ld.com (SYN# 0445 19960712\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|