Federal Bid

Last Updated on 21 Jul 2018 at 8 AM
Combined Synopsis/Solicitation
Lane South carolina

CRG GNSS GPS

Solicitation ID F7H1WX8113AW03A
Posted Date 06 Jun 2018 at 8 PM
Archive Date 21 Jul 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7na Uspfo Activity Kyang 123
Agency Department Of Defense
Location Lane South carolina United states
UNFUNDED
**THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING**
Please make all quote submissions valid through September 30th, 2018.

Contact Points: Anthony Hayden [email protected]

Delivery shall be FOB Destination for the following items no later than 30 days ADC: Kentucky Air National Guard
1101 Grade Lane

Louisville, KY
40213
Description:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures.

This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-79)

Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334511 with a small business size standard of 1250 employees. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration

*** All interested Contractors shall provide a quote for the following: Background:
All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All items requested will accept an OR EQUAL item.

Price Schedule:

All offerors shall provide a quotation for the following line items:
The interface shall be defined as the ability of the data collector to connect to, control, and exploit all available features and functions of the legacy USAF total station and GPS in a manner enabling the USAF Engineer Assistant to complete complex, time-sensitive, and mission-critical optical survey missions in a n accurate, consistent, logical, productive, efficient, and safe manner.
Interoperate shall be defined as the seamless workflow between all hardware and software enabling the USAF Engineer Assistant to complete complex, time-sensitive, and mission-critical survey and design missions while: 1) complying with USAF CEC doctrine, 2) approximating course material and workflows currently taught at the Technical Engineering Course, 3) providing the same or greater accuracy, efficiency, and productivity of current survey systems(total station and GPS-S) used within the USAF, 4) maximizing the ability to extract, review, and edit raw survey data, and 5) providing the same or greater mission capabilities of current and legacy survey systems(total stations and GPS-S and GPS systems on USAF RED HORSE heavy construction machines) used within the USAF.
• Offerors shall have existing OCONUS service center for the GPS-S in Middle East and/or Europe
• Offerors shall have an existing CONUS service center for the GPS-S
• Offerors shall have a USAF 366 TRS, DET 7/TTE approved TM for the GPS-S
• Offerors GPS-S shall Interface and Interoperate with all USAF legacy survey equipment and all USAF GPS systems on heavy earthwork construction machines
• Delivery shall be NLT 30 days ARO
GNSS GPS Controller
Item must meet the following requirements:
SAASM complaint or in process of M-code waiver
*M-code is an integral part of GPS modernization requirements for the Military. There is a congressional mandate to implement next-generation M-code technology on all US Department of Defense platforms. Without a waiver from the Secretary of Defense, funds cannot be used to purchase GPS user equipment after Fiscal Year 2017 that do not have the capability to use the M-Code signal.
Size: Be smaller than 6" x 11" x 3" (W X L X H)
Weight: Weigh less than 2.5 lbs including battery
Memory: 128MB SDRAM, 8 GB internal NAND flash card
Operating system: Windows Mobile 6.5 Professional
Input/Output: RS-232 9 pin
Bluetooth wireless
Micro SD slot
Waterproof in 3' of water for 30 minutes
Withstand as least 25 drops at a height of 4' onto plywood
CLIN 0001
INTERNAL 410-470MHz RADIO - Brand name or equal PN# R10-001-60 QTY 2 EA

PERFORMANCE SPECIFICATIONS
Measurements
• Measuring points sooner and faster with HD-GNSS technology
• Increased measurement productivity and traceability with SurePoint electronic tilt compensation
• Worldwide centimeter level positioning using CenterPoint RTX satellite delivered corrections
• Reduced downtime due to loss of radio signal with xFill technology
• Advanced Maxwell 6 Custom Survey GNSS chips with 440 channels
• Future-proof your investment with GNSS tracking
• Satellite signals tracked simultaneously: - GPS: L1C/A, L1C, L2C, L2E, L5 - GLONASS: L1C/A, L1P, L2C/A, L2P, L3 - SBAS: L1C/A, L5 (For SBAS satellites that support L5) - Galileo: E1, E5a, E5B - BeiDou (COMPASS): B1, B2
• CenterPoint RTX, OmniSTAR HP, XP, G2, VBS positioning
• QZSS, WAAS, EGNOS, GAGAN
• Positioning Rates: 1 Hz, 2 Hz, 5 Hz, 10 Hz, and 20 Hz
POSITIONING PERFORMANCE1 Code differential GNSS positioning
Horizontal. . . . . . . . . . . . . . . . . . . . 0.25 m + 1 ppm RMS
Vertical . . . . . . . . . ... . 0.50 m + 1 ppm RMS
SBAS differential positioning accuracy2 . . . . . . . . . . . . typically less than 5m 3DRMS
Static GNSS surveying High-Precision Static
Horizontal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . 3 mm + 0.1 ppm RMS
Vertical . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . 3.5 mm + 0.4 ppm RMS
Static and Fast Static
Horizontal. . . . . . . . . . . . . . . . . . . .. . . . . . . . 3 mm + 0.5 ppm
RMS Vertical . . . . . . . . . .. . . . . . . 5 mm + 0.5 ppm RMS
Real Time Kinematic surveying Single Baseline
Single Baseline greater than 30km
Horizontal ...............................8mm+1 ppm RMS
Vertical ....................................15mm +1ppm RMS
Network RTK3 Horizontal. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . 8 mm + 0.5 ppm RMS
Vertical. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . 15 mm + 0.5 ppm RMS
RTK start-up time for specified precisions4. . . . . . . . . 2 to 8 seconds
CenterPoint RTX
Horizontal . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . 4 cm
Vertical. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . 9 cm
RTX convergence time for specified precisions12. . . . . . . . . . . . . . . . . . . 30 minutes or less
RTX QuickStart convergence time for specified precisions12. . . . . . . . . 5 minutes or less
HARDWARE
Physical Dimensions (W×H). . . . . . . . . . . . . . . . . .. 11.9 cm x 13.6 cm (4.6 in x 5.4 in)
Weight. . . . . . . . . . . . 1.12 kg (2.49 lb) with internal battery, internal radio with UHF antenna, 3.57 kg (7.86 lb) items above plus range pole, controller & bracket
Temperature7
Operating. . . . . . . . . . . . . . . . . . . .. -40° C to +65° C (-40° F to +149° F)
Storage. . . . . . . . . . . . . . . . . . . . . . . . . .. -40° C to +75° C (-40° F to +167° F)
Humidity. . . . . . . . . . . . . . . . . . .. . . 100%, condensing
Ingress Protection. . . . .. IP67 dustproof, protected from temporary immersion to depth of 1 m (3.28 ft)
Shock and vibration. . . . . . . . . . . Tested and meets the following environmental standards:
Shock. . . . . . . . . . . . . . . . . . . . . . . . Non-operating: Designed to survive a 2 m (6.6 ft) pole drop onto concrete. Operating: to 40 G, 10 msec, sawtooth
Vibration. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . MIL-STD-810F, FIG.514.5C-1 Electrical
• Power 11 to 24 V DC external power input with over-voltage protection on Port 1 and Port 2 (7-pin Lemo)
• Rechargeable, removable 7.4 V, 3.7 Ah Lithium-ion smart battery with LED status indicators
• Power consumption is 5.1 W in RTK rover mode with internal radio8
• Operating times on internal battery:
- 450 MHz and 900 MHz receive only option . . . . . . . . . . . . . . . . . . . . . . . . . . 5.5 hours
- 450 MHz and 900 MHz receive/transmit option (0.5 W) . . . . . . . . . . . . . . 4.5 hours
- 450 MHz receive/transmit option (2.0 W) . . . . . . . . . . . . . . . . . . . . . . . . . . . .3.7 hours
- Cellular receive option . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5.0 hours
COMMUNICATIONS AND DATA STORAGE
• Serial: 3-wire serial (7-pin Lemo)
• USB v2.0: supports data download and high speed communications
• Radio Modem: fully Integrated, sealed 450 MHz wide band receiver/transmitter with frequency range of 403 MHz to 473 MHz, support of Pacific Crest and SATEL radio protocols:
- Transmit power: 2 W
- Range: 3-5 km typical / 10 km optimal10
• Cellular: integrated, 3.5 G modem, HSDPA 7.2 Mbps (download), GPRS multi-slot class 12, EDGE multi-slot class 12, UMTS/HSDPA (WCDMA/FDD) 850/1900/2100MHz, Quad-band EGSM 850/900/1800/1900 MHz, GSM CSD, 3GPP LTE
• Bluetooth: fully integrated, fully sealed 2.4 GHz communications port (Bluetooth®)11
• WiFi: 802.11 b,g, access point and client mode, WPA/WPA2/WEP64/WEP128 encryption
• External communication devices for corrections supported on - Serial, USB, Ethernet, and Bluetooth ports
• Data storage: 4 GB internal memory; over three years of raw observables (approx. 1.4 MB /day), based on recording every 15 seconds from an average of 14 satellites
• CMR+, CMRx, RTCM 2.1, RTCM 2.3, RTCM 3.0, RTCM 3.1, RTCM 3.2 input and output
• 24 NMEA outputs, GSOF, RT17 and RT27 outputs


CLIN 0002
TSC3 ACCESSORY GNSS ACCESSORY KIT - Brand name or equal PN# 82768-00 QTY 1 EA

CLIN 0003
ROD - 2.0M CARBON FIBER RANGE POLE W/ BIPOD - Brand name or equal PN# 43169-00 QTY 1 EA

CLIN 0004
TRIPOD, ANTENNA, GPS, ADJUSTABLE- Brand name or equal PN# 51190-00-FLY QTY 1 EA
CLIN 0005
EXTENSION, 0.25M, GPS - Brand name or equal PN# 5145-00-FLY QTY 1 EA

CLIN 0006
SOFTWARE MAINTENANCE - ACCESS ANNUAL SOFTWARE - Brand name or equal PN# EWLS-TA-STOCK QTY 2 EA

CLIN 0007
WARRANTY - SURVEY GPS RECIEVER HARDWARE AND FIRMWARE MAINTENANCE - Brand name or equal PN# EWLS-GPS QTY 4 EA

CLIN 0008
WARRANTY - SURVEY TSC3 HARDWARE ONLY EXTENDED WARRANTY - Brand name or equal PN# EWLS-CU-HW QTY 2 EA

CLIN 0009
TSC3 W/ ACCESS, NO INTERNAL 2.4 GHZ RADIO, ABCD KEYPAD - Brand name or equal PN#: TSC3-01-1012 QTY 1 EA

CLIN 0010
BACKPACK - Brand name or equal PN#: 39870 QTY 2 EA

CLIN 0011
1 FT POLE SECTION FOR RECIEVER MOUNT - Brand name or equal PN#:31165 QTY 1 EA


Provisions and Clauses:

The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil

Provisions

52.204-7 System for Award Management

52.212-1 Instructions to Offerors- Commercial Items

52.212-3 Offerors Representations and Certifications-Commercial Items 52.225-18 Place of Manufacture
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certifications
Clauses

The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998),
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil

52.204-10 Reporting Executive Compensation 52.204-13 System for Award Management
52.204-19 Incorporation by Reference of Representations and Certificates
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.212-4 Contract Terms and Conditions- Commercial Items
52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g))
52.222-3 Convict Labor (June2003) (E.O. 11755)
52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999)
52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246)
52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Supplies
52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I
52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury)
52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332) 52.216-24 Limitation of Government Liability
52.216-25 Contract Definitization
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items
52.247-34 FOB Destination

252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.211-7003 Item Unique Identification and Valuation
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions
252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.225-7048 Export-Controlled Items (Jun 2013)


Clauses incorporated by Full Text

FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph
(a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110- 252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222- 36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)
(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar
2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb
2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)

252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010)
(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components.
(1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181).
(14)(i) _X 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note).
(25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
(c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:
(4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause)

For offers to be considered at a minimum all RFQs must include the following: Completed
Representations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than Friday, JULY 6, 2018 at 4:00PM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at [email protected]. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Please make all quotes valid through June 30, 2018. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is Anthony Hayden (502) 413- 4617 if any additional information is required.

Evaluation

Award shall be made to the vendor based on lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness.

 

Bid Protests Not Available

Similar Past Bids

University Mississippi 03 Aug 2016 at 2 PM
Hanover New hampshire 09 May 2019 at 11 AM
Aberdeen proving ground Maryland 10 Apr 2019 at 11 AM
Aberdeen proving ground Maryland 18 Apr 2019 at 12 PM

Similar Opportunities

Location Unknown 18 Jul 2025 at 7 PM
Richmond Virginia 15 Jul 2025 at 2 PM
Colorado 24 Jul 2025 at 4 AM (estimated)
Colorado 24 Jul 2025 at 4 AM (estimated)