Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2008 FBO #2337
SOURCES SOUGHT

59 -- PROGRAMMABLE ATTENUATOR

Notice Date
4/18/2008
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK08246017L
 
Response Due
4/23/2008
 
Point of Contact
Gloria Annetta McIntosh, Contract Specialist, Phone 321-867-1270, Fax 321-867-2825, - Roger A. MacLeod, Contracting Officer, Phone 321-867-2879, Fax 321-867-2922
 
E-Mail Address
gloria.mcintosh-1@nasa.gov, roger.macLeod-1@ksc.nasa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/KSC is hereby soliciting capabilities and qualifications of potential sourcesfor Programmable RF Step Attenuator Assemblies. KSC has a requirement for a quantity of three (3) Programmable RF Step Attenuators, withthe following sepcifications.The Programmable RF Step Attenuator Assembly shall have three independent RF stepattenuators each programmable with local controls or with remote interface. The assemblyshall be upgradeable to accommodate a total of six attenuators. The assembly shall berack mountable and use 120 VAC power.Electrical:Attenuator:Range0 to 100 dB (minimum)Step size1 dB increments (maximum)Input RF Power30 dBm (maximum)Frequencyd. c. to 5 GHz(minimum)Impedance50 ohmsInsertion Loss6 dB (maximum)Operator Controlsand Display:LocalFront Panel switches/buttons and LED/LCD RemoteRS-232 and IEEE 488.1 for commands and status.RF ConnectorsType N for input and output for each attenuator.Power:120 VAC, 50/60 Hz and less than 100 watts.Mechanical:Connectors: RF, Remote Interface and Power shall be mounted on the rear side of theassembly.Dimensions: Assembly shall be rack mountable in MIL-STD-189 equipment rack and take up nomore than 2U (3.5 inches) of rack front space with 6 attenuators installed.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement of three (3) pages or lessindicating the ability to perform all aspects of the effort described herein.This requirement is a commercial item as defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted in writing to Gloria McIntosh atemail address: gloria.a.mcintosh@nasa.gov no later than 4:00 P.M. April 23, 2008. Pleasereference #NNK08426017L in any response. Any referenced notes may be viewed at thefollowing URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=80b5a802205ca6da919d4bfe62c30677&tab=core&_cview=1)
 
Record
SN01557284-W 20080420/080418220435-80b5a802205ca6da919d4bfe62c30677 (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.