Description of Requirement: Trimble Mode R8-S complete GNSS receiver, Base and Rover Configuration, Internal 410-470 Mhz Receiver, see specifications.
This requirement is a brand name specification per FAR 13.106-1(b)(1)(ii).
The purpose of this contract is purchase Trimble GPS equipment for The U.S. Army Aberdeen Test Center (ATC) located at Aberdeen Proving Ground, MD. The provision at FAR 52.212-2 - Evaluation - Commercial Items, applies to this acquisition. The contract will be awarded to the LPTA offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussion.
EVALUATION FACTORS:
Technical:
The Technical volume of the proposal will be evaluated against the requirements describe in the PWS contained in this solicitation. The Technical Volume will be determined to be "Acceptable" or "Unacceptable", using the following ratings:
Technical Acceptable/Unacceptable Ratings
Rating Description
Acceptable--Proposal clearly meets the minimum requirements of the solicitation.
Unacceptable--Proposal does not clearly meet the minimum requirements of the solicitation.
EVALUATION & BASIS FOR AWARD
Basis for Award:
The Government intends to award Firm-Fixed Price (FFP) contract to the LPTA proposal in accordance with FAR 15.101-2. To receive consideration for award, a rating of "Acceptable" must be achieved in the Technical factor.
Rejection of Offers: In accordance with FAR 52.212-1(g), the Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following:
a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or
b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: or
c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or
d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions.
Evaluation and Source Selection Process
Selection:
Selection of the successful Offeror shall be made following an assessment of each proposal, based on the response to the requirements of this solicitation. Proposals will be evaluated as specified in Proposal Evaluation Section below.
Evaluation:
The evaluation of proposals submitted in response to this combined synopsis/solicitation shall be conducted in accordance with a LPTA competition.
Award without Discussions:
In accordance with FAR 52.212-1 (g), The Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.
Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award can be made to an Offeror who has been determined non-responsible by the Contracting Officer.
PROPOSAL EVALUATION
Evaluation Factors: The Technical volume of the proposal will be evaluated against the requirements described in the SPECS contained in this solicitation. The Technical Volume will be determined to be "Acceptable" or "Unacceptable", using the following ratings:
Technical Acceptable/Unacceptable Ratings
Rating Description
Acceptable - Proposal clearly meets the minimum requirements of the solicitation.
Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation.
Technical Proposal:
FACTOR: Technical Factor: The Government will evaluate the offeror's technical proposal based on the technical factors stated in the SPECS.
Partial quotes will not be evaluated by the Government.
SUBMISSION PROCEDURES:
ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:
W91ZLK-19-Q-0042. PROPOSAL FROM (INSERT COMPANY NAME)
The offeror shall include a Company name, Point of contact, Company CAGE code, DUNS number and TIN.
All questions regarding this solicitation must be submitted to the Contract Specialist: Amy DuBree via email no later than 10:00 a.m. Eastern Time, 1 May 2019 to [email protected].
NO TELEPHONE INQUIRIES WILL BE HONORED.
All proposals from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov.
Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer.
FAR 52.252-1 - Solicitation Provisions Incorporated by Reference.
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil
The following clauses and provisions are incorporated by reference:
FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I
FAR 52.203-13, Contractor Code of Business Ethics and Conduct
FAR 52.204-7 System for Award Management
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Rep NOV 2015
FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).
FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations.
FAR 52.212-1 Instructions to Offerors -- Commercial Items.
FAR 52.212-2, Evaluation- Commercial Items
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions--Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019)
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-8, Utilization of Small Business Concerns
FAR 52.219-14, Limitations on Subcontracting
FAR 52.219-28, Post-Award Small Business Program Representation
FAR 52.222-3, Convict Labor
FAR 52.222-17 Nondisplacement of Qualified Workers
FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.233-1 Disputes.
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation
FAR 52.239-1, Privacy or Security Safeguards
FAR 52.243-3 -- Changes -Time-and-Materials or Labor-Hours.
FAR 52.243-1, Changes- Fixed Price, Alternate I
FAR 52.247-34 F.O.B. Destination
FAR 52.249-8, Default (Fixed-Price Supply and Service)
DFARS 252.201-7000 Contracting Officer's Representative
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
DFARS 252.204-7003 Control of Government Personnel Work Product.
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors.
DFARS 252-211-7003, Item Identification and Valuation
DFARS 252-215-7007, Notice of Intent to Re-solicit
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned
Economic Enterprises, and Native Hawaiian Small Business Concerns.
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006, Wide Area Workflow Payment Instructions.
DFARS 252.232-7010 Levies on Contract Payments.
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel.
DFARS 252.239-7002, Access
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.244-7000 Subcontracts for Commercial Items JUN 2013
DFARS 252.247-7023, Transportation of Supplies by Sea
EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.
AMC-LEVEL PROTEST PROGRAM (AUG 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel 4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Phone: (256) 450-8165
Fax: (256) 450-8840
E-mail: [email protected]
The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures.
The AMC-Level Protest Procedures are accessible via the Internet at:
www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures.
Salient Characteristics
Trimble Model: R8-S complete GNSS receiver, Base & Rover Configuration, Internal 410-470 Mhz Rec.
Quantity: 4
A high end GNSS Global Positioning System (GPS) with the following specifications
- Measurements
o Advanced Trimble Maxwell 6 Custom Survey GNSS chips with 440 channels
o High precision multiple correlator for GNSS pseudorange measurements
o Unfiltered, un‑smoothed pseudorange measurements data for low noise, low multipath error, low time domain correlation and high dynamic response
o Very low noise GNSS carrier phase measurements with <1 mm precision in a 1 Hz bandwidth
o Signal‑to‑Noise ratios reported in dB‑Hz
o Proven Trimble low elevation tracking technology
o 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
o SBAS: QZSS, WAAS, EGNOS, GAGAN
o Positioning rates: 1 Hz, 2 Hz, 5 Hz, 10 Hz, and 20 Hz Range w/reflector tape: 2m to 300m
- Positioning Performance
o Code differential GNSS positioning
Horizontal ...................................................0.25 m + 1 ppm RMS
Vertical .....................................................0.50 m + 1 ppm RMS
SBAS differential positioning accuracy3 .......................typically <5 m 3DRMS
o 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
o Post processed Kinematic (PPK) GNSS surveying
Horizontal ....................................................8 mm + 1 ppm RMS
Vertical .....................................................15 mm + 1 ppm RMS
o Real Time Kinematic surveying
Single Baseline <30 km
Horizontal ....................................................8 mm + 1 ppm RMS
Vertical ...................................................15 mm + 1 ppm RMS
Network RTK4
Horizontal ...............................................8 mm + 0.5 ppm RMS
Vertical .................................................15 mm + 0.5 ppm RMS Initialization time5 ..........................................typically <8 seconds
Initialization reliability5 .........................................typically >99.9%
- Hardware
o Physical
- Operating Temperature6 .......................-40 °C to +65 °C (-40 °F to +149 °F)
- Storage Temperature. . . . . . . . . . . . . . . . . . . . . . . . . . .-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 .....................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‑1Dual Axis
o Electrical
- Power 10.5 V DC to 28 V DC external power input with over‑voltage protection on Port 1
(7‑pin Lemo)
- Rechargeable, removable 7.4 V, 2.8 Ah Lithium‑ion smart battery
- Power consumption is <3.2 W in RTK rover mode with internal radio and Bluetooth® in
use7
- Operating times on internal battery
- 450 MHz receive only option...................................5.0 hours
- 450 MHz receive/transmit option (0.5 W) . . . . . . . .2.5 hours
- Cellular receive option.............................................4.0 hours
- Communication and Data Storage
o Serial: 3‑wire serial (7‑pin Lemo) on Port 1; full RS‑232 serial (Dsub 9 pin) on Port 2
o Radio Modem1: fully Integrated, sealed 450 MHz wide band receiver/transmitter with frequency range of 403 MHz to 473 MHz, support of Trimble, Pacific Crest, and SATEL radio protocols:
- Transmit power: 0.5 W
- Range: 3-5 km typical / 10 km optimal9
o Bluetooth: fully integrated, fully sealed 2.4 GHz communications port (Bluetooth)10
o External communication devices for corrections supported on Serial and Bluetooth ports
o Data storage: 56 MB internal memory, 960 hours of raw observables (approx. 1.4 MB/day), based on recording every 15 sec from an average of 14 satellites
o Data Formats
- CMR, CMR+, CMRx, RTCM 2.1, RTCM 2.3, RTCM 3.0, RTCM 3.1, RTCM 3.2 inputs and
Outputs
- 23 NMEA outputs, GSOF, RT17 and RT27 outputs, supports BINEX and smoothed carrier
o Supported Trimble Controllers
- Trimble TSC3, Trimble Slate, Trimble CU, Trimble Tablet Rugged PC
Delivery
Delivery should be 30 days within time of award