Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
SOLICITATION NOTICE

59 -- OUTDOOR MOUNTED KA-BAND UP AND DOWN CONVERTER

Notice Date
9/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09312425Q
 
Response Due
9/21/2009
 
Archive Date
9/15/2010
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov
 
E-Mail Address
Bernadette J. Kan
(Bernadette.J.Kan@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for the following: Ka-bandOutdoor Synthesized Frequency ConverterOutdoor mounted Ka-band up and down converter (Quantity 2 "pairs"). One "pair" will bedelivered to GSFC for certification, and the second "pair" will remain here at GRC.MINIMUM TECHNICAL SPECIFICATIONS:This RFQ is for an outdoor mounted Ka-band up and down converter (Quantity 2). Theconverters shall be tunable (synthesized) and may be packaged as one single unit, or asseparate up and down converter units. The IF of the converters shall use a 1.2-GHz centerfrequency with a minimum bandwidth of 650 MHz for the upconverter and 50 MHz for thedownconverter.Upconverter Specifications:Output Frequency Band:25.25 to 27.50 GHz,Input Center Frequency: 1.20 GHz,IF Bandwidth: greater than or equal to 650 MHz,Power Output: greater than or equal to +10 dB @1 dB,Impedance: 50 Ohms,Gain: 0 to 25 dB, adjustable in 1 dB min steps,Group Delay: Less than or equal to1 nS over any 650 MHz bandwidth,Return Loss: greater than or equal to 18 dB,Spurious: -60 dBc,Tuning Step Size: 5 MHz,Output Level Stability: plus or minus 0.25 dB/day at constant temperature,Amplitude Response: plus or minus 1.0 dB over plus or minus 325 MHz, andOutput Mute: The upconverter shall include a mute feature to remotely turn off(reduce by <60 dB) the output of the upconverter. Downconverter Specifications:Input Frequency Band: 22.55 to 23.55 GHz,Output Center Frequency : 1.20 GHz,IF Bandwidth:greater than or equal to 50 MHz,Power Output (@1.2 GHz): greater than or equal to +10 dB @1 dB,Impedance: 50 Ohms,Gain: 0 to 25 dB, adjustable in 1 dB min steps,Group Delay: less than or equal to 1 nS over any 50 MHz bandwidth,Return Loss: greater than or equal to 18 dB,Spurious: -60 dBc,Tuning Step Size: 5 MHz,Output Level Stability: plus or minus 0.25 dB/day at constant temperature,Amplitude Response: plus or minus 0.5 dB over plus or minus 25 MHz, and Output Mute: Not required for downconverterFrequency Reference: Internal Frequency Reference: Shall include an internal frequencystandard with a minimum frequency stability of: plus or minus 1 x 10-8,External Reference: Shall accept and lock to an external 5 MHz and / or 10 MHz frequencystandard.Primary Power:Voltage: 90 to 250 VAC, Frequency: 47 to 63 HzOperating Environment:Ambient Temperature:-30 to +60 degrees C (Operating), -50 to+70 degrees C (Non Operating, including transit)Humidity: Up to 100% CondensingTransportability: The converter(s) shall be designed for transportable use. Theconverter(s) may be relocated up to five times per year to different sites to supporttesting of different flight missions. Transport between locations shall be byconventional commercial carriers.Remote Control: The converter(s) shall be remotely controllable from an indoor controlunit or via PC software using Ethernet or RS-232, or RS-485. The remote control shallinclude the following minimum features:1. Ability to remotely control the Ka-band operating frequency2. Ability to remotely mute the output (reduce by <60dB)3. Alarm Status of Outdoor Unit, including:a. Read the internal temperature of the outdoor unit.b. Display fault indicators including power supply, temp fault, phase lock fault.c. Provide a Muted Output indication.d. Read and display the current operating frequency.The provisions and clauses in the RFQ are those in effect through FAC 05-36.This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334220, 750Employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to GRC, 21000 Brookpark Road, Cleveland OH 44135 is required. Delivery shallbe FOB Destination.Offers for the items(s) described above are due by COB 09/21/2009 to NASA GRC, Attn: Bernadette Kan, MS 500-305, 21000 Brookpark Road, Cleveland, OH 44135 and must include,solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration (if applicable), taxpayer identification number(TIN), identification of any special commercial terms, and be signed by an authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Addenda to FAR 52.212-4 are as follows:52.247-34 F.o.b. Destination. (NOV 1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72Safety and Health (Short Form). (APR2002), 1852.225-70 Export Licenses. (FEB 2000) FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference: FAR 52.212-5 (JUNE 2007), Contract Terms and ConditionsRequired To Implement Statutes or Executive Orders-Commercial Items is applicable and thefollowing identified clauses are incorporated by reference: 52.203-6 (With Alt 1)Restrictions on Subcontractor Sales to the Government 3.503-1, 52.219-4 Notice of PriceEvaluation Preference for Hubzone Small Business Concerns 19.1308(b), 52.219-6 Notice ofTotal Small Business Set-aside 19.508(c), 52.219-8 Utilization of Small Business Concerns19.708(a), 52.219-14 Limitations on Subcontracting 19.708(e) and 19.811-3(e), 52.222-3Convict Labor (JUN 2003) (E.O. 11755), 52.222-19 Child Labor -Cooperation withAuthorities and Remedies (AUG 2007) (E.O. 13126), 52.222-21 Prohibition of SegregatedFacilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workerswith Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-3 Employment Reports on SpecialDisabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212), 52.222-39 Notification of Employee Rights Concerning Payment of UnionDues or Fees 22.1605(a), 52.222-50 Combating Trafficking in Persons (AUG 2007) (Appliesto all contracts), 52.225-1 Buy American Act- Supplies (JUN 2003) (41 U.S.C. 10a-10d),52.232-34, Payment by Electronic Funds Transfer - Other than Central ContractorRegistration (MAY 1999) (31 U.S.C. 3332).The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to BernadetteKan not later than 9/18/2009. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09312425Q/listing.html)
 
Record
SN01956327-W 20090917/090916003039-d166e33efdd3a9543d26d3ea402c397d (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.