COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9, 2001 PSA #2911
SOLICITATIONS
A -- HIGH DYNAMIC GPS SENSOR UNITS (GSU-II) FOR DOD'S JOINT ADVANCED MISSILE INSTRUMENTATION PROGRAM
- Notice Date
- August 7, 2001
- Contracting Office
- Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817
- ZIP Code
- 20170-4817
- Solicitation Number
- 1435-01-01-RP-31181
- Response Due
- October 1, 2001
- Point of Contact
- Linda M. Butler, Contracting Officer, linda.butler@mms.gov, 703-787-1361; Fax: 703-787-1387
- E-Mail Address
- Contracting Officer's e-mail address (linda.butler@mms.gov)
- Description
- The Joint Advanced Missile Instrumentation (JAMI) Program (unclassified) is a Central Test and Evaluation Investment Program established to develop and test miniaturized, integrated instrumentation packages for Tri-Service (i.e., Navy, Army, Air Force) air-launched, small missile test and training applications. The JAMI program will incorporate Global Positioning System- (GPS) based technology to provide Time Space Positioning Information (TSPI) in a low-cost, modular package. GovWorks Procurement Operations Branch of Minerals Management Service, Department of the Interior, will provide the contract support for this acquisition, and all questions will be sent to the Contracting Officer by e-mail. Any vendor contacting the program office or any other related technical office for information may be disqualified from further participation. The Contractor shall design, develop, fabricate, test, and deliver the GPS Sensor Unit (GSU) II System in accordance with the RFP. Data generated by the GSU-II shall provide TSPI in real time for missiles in either line-of-site or over-the-horizon tests and training scenarios. All electrical and mechanical characteristics of this GSU shall conform to documents provided by the Government. The Contractor shall deliver 20 each airborne sensor unit segments and 6 each ground segments, with additional options for 150 GSU-IIs, 150 airborne sensor units, 100 ground units, and Built-In Test for GSU-II. This precise quantity is subject to change depending upon configuration defined in the SOW. The GSU-II is an airborne sensor that can acquire the necessary number of GPS satellites, process the position coordinates, and output accurate TSPI data. While it is desirable that the entire function of computing missile position data be contained in the airborne sensor, the GSU function may be split into two segments to meet the TSPI and time-to-first-fix requirements of the Performance Specification. If required, the ground segment shall be an integral part of the TSPI solution processing and be included as part of the entire GSU system reliability computation. Any randomly selected airborne and ground segment must meet the performance requirements as specified in the RFP. Pre-Delivery testing shall be conducted by the Contractor with Government witnessing, and the results shall be approved by the Government before the GSU-II is shipped to the Naval Air Warfare Center, Weapons Division, China Lake, CA, or Eglin Air Force Base, FL for final testing. The Government shall conduct, and the Contractor shall support, the Final Acceptance Testing in accordance with a Test Plan developed by the Contractor and approved by the Government. Award will be based on a Commercial Item (Federal Acquisition Regulation Part 12), Best Value evaluation. Contract type is firm-fixed-price. Evaluation will consist of Technical, Risk, Schedule, Past Performance (from the past 2 years with similar effort), and Price. Of the 5 basic evaluation factors, Technical is most important, with the other 4 factors relatively equal in importance. All factors combined are significantly more important than Price. The importance of Price as an evaluation factor will increase with the degree of equality of the proposals. The complete RFP will be available for release by August 9, 2001 by e-mail only. You may request a copy by e-mail to the Contracting Officer (linda.butler@mms.gov). The solicitation will be released by e-mail. Proposals, including a statement of the Offeror's intention to comply with the Statement of Work, price schedule, performance schedule, a summary management plan, and a brief outline of the technical oral presentation shall be due to the Contracting Office on October 1, 2001, 3 p.m., DST. Contract award is anticipated to be late October 2001 to a single source. Offerors shall submit 7 copies of the proposal to Ms. Linda M. Butler, Contracting Officer, Minerals Management Service/GovWorks, 381 Elden Street, MS 2510, Herndon, VA 20170-4817. Firms judged to be responsible and responsive to the solicitation, and capable of performing the tasks will be given an opportunity to present their technical proposal orally. Oral Technical presentations will be conducted at the GovWorks office in Herndon, VA. the week of October 8-12, 2001. Offerors shall provide 7 copies of the Oral Presentation on the day of the presentation. See GovWorks' website for directions to the Herndon, VA. office: www.govworks.gov. Technical proposals must state how the Contractor plans to perform the requirements, not simply parrot back the Statement of Work. Only e-mail inquiries to the Contracting Officer will be accepted. Once the RFP is released all questions and responses must be provided to all Offerors. Please reference the RFP number on all inquiries. The following FAR provisions are incorporated by reference: FAR 52.212-1, Instructions to Offerors -- Commercial Items, 52.212-2;, Evaluation Commercial Items, 52.212-3; Offeror Representations and Certifications -- Commercial Items, 52.212-4; Contract Terms and Conditions -- Commercial Items, 52.52.211-16; Variation in Quantity, 52.227-14; Rights in Data-General; 52.232-19, Availability of Funds; 52.217-5, Evaluation of Options; 52.217-6, Option for Increased Quantity.; 52.217-9, Option to Extend the Term of the Contract. Offerors can retrieve these clauses on the Internet at www.gsa.gov/far. The NAICS code for this requirement is 336419 (1000 employees) to qualify as a small business.
- Web Link
- Contracting Office web site only -- no solicitation (www.govworks.gov)
- Record
- Loren Data Corp. 20010809/ASOL020.HTM (W-219 SN50U224)
| A - Research and Development Index
|
Issue Index |
Created on August 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|