Skip to main content

An official website of the United States government

You have 2 new alerts

Gen3 GSSS9000

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Aug 29, 2024 12:37 pm EDT
  • Original Date Offers Due: Sep 05, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 20, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 334412 - Bare Printed Circuit Board Manufacturing
  • Place of Performance:

Description

COMBINED SYNOPSIS/SOLICITATION #: N0017824RC629

Submitted by: Terrence Turner

NAICS Code: 334412

FSC Code: 5998

Anticipated Date to be published in SAM.gov:  08/29/2024
 

Anticipated Closing Date: 09/05/2024

Contracts POC Name: Terrence Turner

Telephone#:  540-742-8853

Email Address: terrence.o.turner.civ@us.navy.mil

Code and Description: 5998 Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware

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; proposals are being requested and a written solicitation will not be issued.   

Synopsis/Solicitation N0017824RC629 is issued as a Request for Quotation (RFQ).  The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449.  The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. 

This requirement is not eligible for small business set-aside.

 The requiring activity is the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). The following hardware and software licenses, manufactured by Spirent Federal Systems, Inc., are required with installation services to enhance Inertial Measurement Unit (IMU) emulation to increase the number of satellites by providing the capability to utilize multi-constellation as a solution to navigation testing by the Government:

 Quantity

Part Number

Description

1

PNTX-B-1112

PNT X series GNSS Simulator consisting of a controller, with SimGEN operating software, and a signal generator with 1 RF output with

• GPS L1

• GPS L2

1

PNTX-B-0001

PNT X Bundle

• Add SDR card to RF1

1

PNTX-3003

PNT X GPS L5 feature key

1

PNTX-3011

PNT X GAL E1 feature key

1

PNTX-3012

PNT X GAL E5 feature key

1

FED-INT3

Onsite Integration by Spirent Federal

1

SimINERTIAL-003

SimINERTIAL with Honeywell HG9900 interface

1

Fed-ISRS-2

Honeywell ISRS-2 Card

2

SF1001-13

FPGA AOC Security Module for PNT-X

Spirent Federal Systems is located in Pleasant Grove, UT. 

Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13.  The order shall be firm fixed price.  

All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency.  The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.

At time of proposal submission please submit any historical data as well as published pricing.  Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization.  Award will be made based on Lowest Price Technically Acceptable.

In order to be eligible for award, firms must be registered in the System for Award Management (SAM).  Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.

Quote is due 05 September 2024, no later than 12:00 p.m. EST with an anticipated award date by September 2024.  Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to terrence.o.turner.civ@us.navy.mil prior to the RFQ closing.  Email should reference Synopsis/Solicitation Number
N0017824RC629 in the subject line.

COMBINED SYNOPSIS/SOLICITATION #: N0017824RC629

Submitted by: Terrence Turner
NAICS Code: 334412
FSC Code: 5998

Anticipated Date to be published in SAM.gov:  08/29/2024

Anticipated Closing Date: 09/05/2024

Contracts POC Name: Terrence Turner
Telephone#:  540-742-8853
Email Address: terrence.o.turner.civ@us.navy.mil

Code and Description: 5998 Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware
 
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; proposals are being requested and a written solicitation will not be issued.    

Synopsis/Solicitation N0017824RC629 is issued as a Request for Quotation (RFQ).  The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449.  The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.  

This requirement is not eligible for small business set-aside.


 The requiring activity is the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), Weapon Control & Integration Department (H), Unmanned & Expeditionary Weapon Systems Division (H40), Weapon Control System Engineering, (H41), Battle Management Systems (BMS) program. The following hardware and software licenses, manufactured by Spirent Federal Systems, Inc., are required with installation services to enhance Inertial Measurement Unit (IMU) emulation to increase the number of satellites by providing the capability to utilize multi-constellation as a solution to navigation testing by the Government: 
 Quantity     Part Number     Description 
1     PNTX-B-1112     PNT X series GNSS Simulator consisting of a controller, with SimGEN operating software, and a signal generator with 1 RF output with 
• GPS L1 
• GPS L2 
1     PNTX-B-0001     PNT X Bundle 
• Add SDR card to RF1 
1     PNTX-3003     PNT X GPS L5 feature key 
1     PNTX-3011     PNT X GAL E1 feature key 
1     PNTX-3012     PNT X GAL E5 feature key 
1     FED-INT3     Onsite Integration by Spirent Federal 
1     SimINERTIAL-003     SimINERTIAL with Honeywell HG9900 interface 
1     Fed-ISRS-2     Honeywell ISRS-2 Card 
2     SF1001-13     FPGA AOC Security Module for PNT-X 
Spirent Federal Systems is located in Pleasant Grove, UT.  

Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13.  The order shall be firm fixed price.   

All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency.  The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.

At time of proposal submission please submit any historical data as well as published pricing.  Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization.  Award will be made based on Lowest Price Technically Acceptable.

In order to be eligible for award, firms must be registered in the System for Award Management (SAM).  Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. 

Quote is due 05 September 2024, no later than 12:00 p.m. EST with an anticipated award date by September 2024.  Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to terrence.o.turner.civ@us.navy.mil prior to the RFQ closing.  Email should reference Synopsis/Solicitation Number N0017824RC629 in the subject line.

Contact Information

Contracting Office Address

  • COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
  • DAHLGREN , VA 22448-5154
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 20, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)