GPS Simulator
Amendment 0002 The purpose of this Amendment is to clarify the Government's minimum specifications. As a result, the solicitation is revised as follows. Brand Name or Equal to Spirent GSS9000 GPS simu... Amendment 0002 The purpose of this Amendment is to clarify the Government's minimum specifications. As a result, the solicitation is revised as follows. Brand Name or Equal to Spirent GSS9000 GPS simulator consisting of a controller with SimGEN operating software, standard commercial training, 27" monitor, mouse, and keyboard, and RF chassis. The GPS simulator shall provide the following capabilities at time of quote submission. 1 Simulated GNSS RF signals via two independently controllable, composite outputs. Each independent RF output shall provide 16 channels of GPS L1 and 16 channels of GPS L2. 2 Field upgradeable to simulate GPS (L5), SBAS (L5), QZSS (L1, L2, L5), Galileo (E1, E5, E6), GLONASS (L1, L2), BeiDou-2 (B1, B2). 3 Provide encrypted SAAS/SAASM modes of operation including P(Y)-code encrypted RF signal generation and software control functionality with security approval granted by the Global Positioning System Directorate. 4 Provide Modernized Navstar Security Algorithm (MNSA) and AES M-code encrypted RF signal generation and software control functionality, with MNSA security approval granted by the Global Positioning System Directorate. 5 Accept externally generated, user-supplied vehicle state vector input in a variety of reference frames and formats to include inertial, ECEF, direction cosines, and quaternions. 6 Capable of supporting an end-to-end 1kHz update rate from vehicle dynamics source to RF output. 7 Directly accept scenarios previously developed by the SimGEN GNSS control platform, without user intervention. The control system shall allow manipulation of all satellite orbital data, navigation message data, and SBAS data, and provide direct compatibility with other GSS9000 developed scenarios, with no recreation, editing, or conversion required to process the scenario. 8 Capable of simulating multipath reflections, terrain obscuration, antenna reception gain patterns, differential corrections, trajectory generation for land, air, sea and space vehicles and comprehensive system error modelling. 9 Transportable in commercially available plastic cases. 10 Provide at least one (1) year standard commercial warranty, to include software and firmware upgrades and telephone support. The following GPS Simulator component must be provided on a Brand Name basis only, no substitutions allowed, as specified in the attached Brand Name Specification. 11 Microsoft Windows 10 Operating System As a result, this solicitation is extended to Monday, 9 September 2019, 1400 EST. Quotes received after this date and time are late and may not be considered for award. All other terms and conditions remain unchanged. Amendment 0001 The purpose of this Amendment is to revise the Government's minimum specifications. As a result, the solicitation closing date is extended: From : 07 July 2019, 1400 EST To: 18 July 2019, 1400 EST The following specifications are hereby removed: 2. Separation of no less than 12 individual satellite signals to individual outputs via software configurable settings. 8. Capable of simulating RF interference sources including CW, swept CW, stepped CW, pulsed CW, AM and FM waveforms from 0.5 to 2GHz with no greater than +/- 1.0dB RSS of interference accuracy error between an I/S of 63-136dB and +/- 1.6dB RSS of interference accuracy error between an I/S of -1-16dB. 9. Capable of generating simulated inertial sensor data and supplying it to an inertial measurement unit using SimINERTIAL packages. The system shall be compatible with a range of common enhanced GPS/INS systems with update rates from 100Hz to 10kHz. All signals shall be coherently generated to exactly match the simulated vehicle trajectory. 12. The system shall not require the initiation of a new engineering development effort and will be based on an existing, fielded product. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR 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 Request for Quotation (RFQ) Number is N66604-19-Q-0383. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm-fixed price purchase order for one (1) GPS simulator on a Brand Name or Equal to basis as follows. Brand Name or Equal to Spirent GSS9000 GPS simulator consisting of a controller with SimGEN operating software, standard commercial training, 27" monitor, mouse, and keyboard, and RF chassis, specified as follows: 1 Simulated GNSS RF signals via two independently controllable, composite outputs. Each independent RF output shall provide 16 channels of GPS L1 and 16 channels of GPS L2. 2 Field upgradeable to support GPS (L5), SBAS (L5), QZSS (L1, L2, L5), Galileo (E1, E5, E6), GLONASS (L1, L2), BeiDou-2 (B1, B2). 3 Support encrypted SAAS/SAASM modes of operation including P(Y)-code encrypted RF signal generation and software control functionality. 4 Support Modernized Navstar Security Algorithm (MNSA) and AES M-code encrypted RF signal generation and software control functionality. 5 Accept externally generated, user-supplied vehicle state vector input in a variety of reference frames and formats to include inertial, ECEF, direction cosines, and quaternions. 6 Capable of supporting an end-to-end 1kHz update rate from vehicle dynamics source to RF output. 7 Directly accept scenarios previously developed for the SimGEN GNSS control platform. The control system will allow manipulation of all satellite orbital data, navigation message data, and SBAS data, and provide direct compatibility with other GSS9000 developed scenarios. 8 Capable of simulating multipath reflections, terrain obscuration, antenna reception gain patterns, differential corrections, trajectory generation for land, air, sea and space vehicles and comprehensive system error modelling. 9 Transportable in commercially available plastic cases. 10 Provide at least one (1) year standard commercial warranty, to include software and firmware upgrades and telephone support. The following GPS Simulator component must be provided on a Brand Name basis only, no substitutions allowed, as specified in the attached Brand Name Specification. 11 Microsoft Windows 10 Operating System Required delivery: seventeen (17) weeks after receipt of order or sooner. F.O.B. Destination: Naval Undersea Warfare Center Division, Newport: Newport, RI 02841. This procurement is an unrestricted requirement as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334511; the small business size standard is 1250 employees. Incorporated provisions and clauses are those in effect through the most recent Federal Acquisition Circular. The Provisions at FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law; 52.212-1, Instructions to Offerors - Commercial Items; and 52.212-3, Offeror Representations and Certifications - Commercial Items, apply to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this solicitation. DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors, applies to the solicitation. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted are Brand Name or Equal to the items as detailed in the Brand Name or Equal to Specifications provided in the table above and to the item specified in the attached Brand Name Specification, no substitution allowed. The offeror must provide a detailed system configuration with its quote. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. Section 508: The following EIT Accessibility Standards apply: 36 C.F.R. § 1194.21- Software Applications and Operating Systems 36 C.F.R. § 1194.23-Telecommunicatins Products 36 C.F.R. § 1194.24-Video and Multimedia Products 36 C.F.R. § 1194.26-Desktop and Portable Computers 36 C.F.R. § 1194.31-Functional Performance Criteria 36 C.F.R. § 1194.41-Information, Documentation, and Support The Contractor shall furnish items or services provided under this contract that comply with the EIT Accessibility Standards (36 C.F.R. § 1194). This solicitation requires registration with the System for Award Management (SAM)prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Payment will be made via Wide Area Work Flow (WAWF). Quotes shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS number. Quotes shall be submitted via electronic submission to Teresa Michael at teresa.michael@navy.mil. Quotes must be received on or before 18 July 2019 at 2:00 p.m. Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For information on this acquisition, contact Teresa Michael at teresa.michael@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »