Upgrade of Headwall Standard GPS/IMU to High Performance GPS/IMU
All quotes and revisions shall be submitted to Karen Gardner via email at Karen.Gardner@ars.usda.gov. Quotes and all revisions are due no later than April 15, 2019, 2:00 PM Eastern Standard Time. Offe... All quotes and revisions shall be submitted to Karen Gardner via email at Karen.Gardner@ars.usda.gov. Quotes and all revisions are due no later than April 15, 2019, 2:00 PM Eastern Standard Time. Offerors shall ensure the RFQ number is visible in the subject line of the email. Faxed quotes shall not be accepted. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This solicitation is a 100% Total Small Business Set-Aside. The associated NAICS code is 333314 (Optical Instrument and Lens Manufacturing) Size Standard 500 employees. The government anticipates a Firm Fixed price contract for an Upgrade of Headwall Standard GPS/IMU to High Performance GPS/IMU for Hyperspectral Imager (HSI) Camera mounted on a DJI Matrice 600 Hexcopter. All items are pending availability of funding. All responsible quoters shall provide a quotation for line item 01 and 02. This acquisition is for the following items as identified in the Contract Line Item Number (CLIN): •01) Headwall Photonic 1004A-31277 or equivalent 1 ea $_____ GPS - HP for Nano GPS •02) Headwall Photonics p/n 1004A-80100 or equivalent Systems Engineering Services 1 ea $_____ Salient Characteristics for an Upgrade Headwall Standard GPS/IMU to High Performance GPS/IMU for Hyperspectral Imager (HSI) Camera mounted on a DJI Matrice 600 Hexcopter. The Unit: •a. Shall be expressly designed for integration onto a USDA-owned DJI Matrice 600 Pro UAV. •b. Shall be mounted to an ARS-owned Headwall Nano-Hyperspec in EMI shield enclosure •c. Nano-Hyperspec and high-performance GPS/IMU assembly shall be mounted on a Ronin-MX gimbal; gimballed assembly mounted to an ARS-owned DJI M600 Pro for airborne data acquisition •d. Shall draw power from the Ronin-MX gimbal battery •e. Shall have a central antenna attached to the top of the DJI M600 Pro •f. Shall be configured to save data on the Nano-Hyperspec via a serial connection •g. Shall interface with Headwall Photonics Inc. Hyperspec III airborne acquisition software •h. Shall include a bore-sight angle calibration between the GPS/IMU and the optical axis of the Nano-Hypserspec •i. Shall be configured to save data in a format compatible with Headwall Photonics Inc. •j. SpectralView orthorectification software •k. Shall have PostPac UAV post processing software (PPK) to enhance accuracy of yaw, pitch, roll, latitude, longitude, and altitude •l. Shall be flight tested to ensure functionality of high-performance GPS/IMU, PostPac UAV software, and orthorectification; test data and orthorectification offsets to be provided •m. Shall have position accuracy rating of GPS/IMU ?1.5 m •n. Shall have roll and pitch accuracy rating of GPS/IMU ? 0.04° •o. Shall have heading accuracy rating of GPS/IMU ? 0.3° •p. Shall have position accuracy rating of GPS/IMU after PPK ? 0.05 m •q. Shall have roll and pitch accuracy rating of GPS/IMU after PPK ? 0.025° •r. Shall have heading accuracy rating of GPS/IMU after PPK ? 0.08° •s. Shall have calculated geolocation error at an altitude of 1000 m AGL is ±7.93 m and ±1.61 m after PPK •t. Shall be commercially available. •u. One Year Warranty parts and labor. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA, ARS, Pasture Systems & Watershed Management Research Unit, Bldg. 3702, Curtin Road, University Park, PA 16802 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract for one (1) unit each "Pending Availability of Funding." Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Include Warranty information with your quote. Quotes should be valid for 90 days from date of submission. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping) and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration: AGAR 452.204-70 Inquiries; 52.211-6 Brand Name or Equal (Aug 1999); FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; 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 Employment; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.217-5 Evaluation of Options; FAR 52.232-18 Availability of Funds; FAR.52.232-19 Availability of Funds for the Next Fiscal Year; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dunn and Bradstreet) number is required in order to register. All invoices shall be submitted electronically using the Invoice Processing Platform system at www.ipp.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »