Tennessee Bids > Bid Detail

GNSS High Precision GPS Units

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159251646984186
Posted Date: Jul 24, 2023
Due Date: Aug 3, 2023
Solicitation No: 1102362
Source: https://sam.gov/opp/f043d4795a...
Follow
GNSS High Precision GPS Units
Active
Contract Opportunity
Notice ID
1102362
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA FOREST SERVICE-SPOC EAST
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 24, 2023 01:54 pm EDT
  • Original Response Date: Aug 03, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6605 - NAVIGATIONAL INSTRUMENTS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Knoxville , TN 37919
    USA
Description

Notice #1102362



This is a Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This proposed contract action is published to notify potential sources that the Forest Service intends to award a sole source firm-fixed price contract to Javad GNSS, Inc. for 275 Triumph-2 GPS units.



The salient characteristics of for the required GPS units are below:




  1. GNSS receiver must record both L1 and L2 GPS signals for GPS, GLONASS and WAAS satellites

  2. Manufacturer must have software to enable efficient differential correction of GNSS data

    1. Must have automatic loading of base stations

    2. Must include all common free base networks (at least CORS, SOPAC, UNAVCO)

    3. Must simultaneous load nearest base stations for each GNSS file

    4. Must provide free full export (all signals and constellations) to rinex format

    5. Must differentially correct dual-frequency (L1/L2) GPS and GLONASS data

    6. Must allow static positioning solutions



  3. Must be a verified survey-grade receiver

    1. HRMSE
    2. Accuracy must be documented in practice in a GTR or publication or internal report with independent validation by an independent party (no manufacturer or vendor)



  4. AND must have demonstrated in-woods accuracy better than 1m in dense tall forests

    1. Accuracy of receiver must be HRMSE
    2. Difficult conditions are defined as having greater than 90% cover AND 150 foot tall trees

    3. Validation of in-woods HRMSE by an independent party (no manufacturer or vendor) Must be documented in practice in a GTR or publication or internal report with

    4. Validation (HRMSE) must be repeatable (more than 2 times) using at least 30 survey monuments in difficult forest conditions.

    5. Survey monuments used in evaluation must be established using closed-traverse survey with a total station instrument (error of closure


  5. Must have built-in tripod mounting option to screw-on to consumer threaded camera tripod

  6. Must weigh less than 1.5 lbs

  7. Must be smaller than 50 cubic inches

  8. Must have the option for push-button operation (non-screen option)

  9. Must be affordable (less than $4000 / receiver)

  10. Must have led readout that indicates data is being collected and meets requirements (sufficient satellites for each GNSS constellation to achieve a position).

  11. Receiver must be compatible with existing MIDAS software

    1. USFS has developed MIDAS software to pull GNSS data off of Javad Triumph 2 receivers

    2. Other receiver manufacturers must be compatible with the existing process.



  12. Battery life must exceed 18 hours of continuous operation on a single charge

  13. Must have onboard memory sufficient for 48 hours of GNSS data collection (at least 1 gb typically)

  14. Must be durable and suited for transport in a backpack across rough terrain, for example with frequent jostling with other equipment.



The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 “Only one responsible source and no other supplies or services will satisfy agency requirements”. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.



Date posted to Sam.gov: July 24, 2023. Date posting will close: August 3, 2023. The North American Industry Classification System (NAICS) code is 334511. The size standard is 1,350. The desired period of performance for the supplies to be delivered is to be from September 1, 2023 through September 30, 2023. The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the expertise and experience shall submit technical capabilities in writing to Julie Nawrozzada electronically via email to: juricka.nawrozzada@usda.gov. Responses must be received no later than August 3, 2023 1200 PM EST. All documentation shall become property of the Government. This synopsis neither constitutes a Request for Quote, nor does it restrict the Government to a particular acquisition approach.






Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • SPOC EAST 1400 INDEPENDENCE AVE SW, MS-1138
  • Washington , DC 202500001
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 24, 2023 01:54 pm EDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >