Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOLICITATION NOTICE

58 -- RADIO FREQUENCY IDENTIFICATION READERS AND TAGS

Notice Date
7/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ07209673R
 
Response Due
8/7/2007
 
Archive Date
7/27/2008
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/JSC has a requirement to purchase microwave RFID SAW (surface acoustic wave) tags to be used in JSC?s Chamber A Facility. In addition, NASA requires recommended correlation algorithms for identification of the individual tags and extraction of the tag temperature telemetry. NASA also requires consultation regarding the use of a network analyzer as the tag interrogator. NASA/JSC intends to purchase the items from RF SAW, Inc., in accordance with FAR 13.106, for the acquisition of supplies or services available from only one source. RF SAW, Inc. is the leading RFID SAW manufacturer and the only worldwide vendor uniquely positioned to provide NASA with SAW Tags, Focused Antennas, Readers and a RFID systems with 12 or more pulses as an integrated system along with engineering services to support their hardware. The use of proprietary physics in their Radio Wave Technology cannot be duplicated by other companies. The phrase ?porch delay? is used herein to represent the delay introduced by the 2-way acoustic propagation from the tag antenna port to the first tag reflector and back to the tag antenna port. Requirements 1. The contractor shall provide a minimum of 20 ?long delay? lithium niobate SAW tags that are characterized by at least 12 pulses for identification and a porch delay of at least 2.5 microseconds and not greater than 4.5 microseconds. a. The long delay tags shall be packaged as ceramic Surface Mount Devices (SMD). b. Quantity 4 of the long delay tags shall be packaged with a monopole antenna. 2. The contractor shall provide a minimum of 50 ?moderate delay? lithium niobate SAW tags that are characterized by 22 pulses for identification and a porch delay greater than 0.8 microseconds and not to exceed 2 microseconds. a. The moderate delay tags shall be packaged as ceramic surface mount devices (SMD). b. Quantity 4 of the moderate delay tags shall be packaged with a monopole antenna. 3. The contractor shall provide recommendations regarding selected subsets of long delay and moderate delay tags for enhanced collision avoidance through orthogonality of codes. 4. The contractor shall provide mathematical algorithms to implement the recommended correlation process for tag identification and extraction of tag temperature telemetry for both the ?long delay? and ?moderate delay? tags. 5. The contractor shall provide instructions, detailed diagrams of external custom hardware, and documentation regarding recommended practices for achieving maximum signal-to-noise ratio when using a network analyzer as an interrogator for the provided tags. a. Initial instruction shall be provided at the Contractor?s facility. b. Documentation shall be provided in MSWord. c. The Contractor shall provide on-site consultation at JSC if required. 6. The contractor shall provide an Excel-based link budget based on the provided tags, the contractor?s version of the network analyzer interrogator, a free-space propagation channel, and typical antenna gains. 7. The contractor shall provide, as a NASA option, RFID interrogators of the same function and form as the units provided for the International Space Station. (quantity: 1-2) 8. The contractor shall provide, as a NASA option, the RFSAW 501 reader for Global SAW Tags (quantity: 1-3) 9. The contractor shall provide, as a NASA option, a custom interrogator for the Global SAW Tags. (quantity: 1) The Government intends to acquire a commercial item using FAR Part 12. Per FAR 19.502-2(a), this acquisition is set aside for small business concerns, unless the contracting officer determines there is not a reasonale expection of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery. Interested organizations may submit their capabilities and qualifications to perform the effort in writing (e-mail is preferred) to the identified point of contact not later than 4:30 p.m. local time on August 7, 2007. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#125981)
 
Record
SN01355197-W 20070729/070727222120 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.