Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2010 FBO #3099
SOLICITATION NOTICE

59 -- KA BAND OVER FIBER SYSTEM

Notice Date
5/18/2010
 
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
NNC10338360R
 
Response Due
5/26/2010
 
Archive Date
5/18/2011
 
Point of Contact
Glen M. Williams, Contracting Officer, Phone 216-433-2885, Fax 216-433-2480, Email Glen.M.Williams-1@nasa.gov
 
E-Mail Address
Glen M. Williams
(Glen.M.Williams-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
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 procurement is being conducted under theSimplified Acquisition Procedures (SAP). This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued. This procurement is not set aside for small business. This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of thissolicitation. GENERAL SPECIFICATION for Ka Band over Fiber SystemsThe Contractor shall furnish ten (10) Ka band over Fiber systems with each systemconsisting of 1 transmitter and 1 receiver. One set of documentation shall be furnished. The systems shall be delivered within 12 weeks after contract award.SPECIFICATIONSThis procurement is for ten (10) Ka-band over Fiber systems for connecting theSpacecraft (User Transponder) Under Test to the Compatibility Test Set. Each systemshall meet the specifications listed below.This procurement is for a direct transport Ka-band-over-Fiber Systems. Systems whichincorporate up/down frequency conversion techniques are not acceptable. The primaryapplication shall be to carrying signals in the 22.55 to 23.55 GHz and 25.25 to 27.5 GHzfrequency bands. The signals used shall be limited in bandwidth to less than or equal to650-MHz and may be located anywhere within the above two frequency bands. Secondary usesinclude using these systems at other frequencies such as: L-band, S-band, Ku-band, orother higher Ka-band frequency bands up to 34.7-GHz and above.ELECTRICAL / OPTICAL OVERALL LINK PERFORMANCE:Frequency Range:0.05 to 40 GHzRF Input Power:less than +25 dBmInput P1dB:greater than or equal to +20 dBmInput IP3:greater than +25 dBm at 25 GHz2nd Harmonic Supression:-45 dBc or below at Pin=0 dBmSpurious Free Dynamic Range:greater than 105 dB-Hz(superscript 23) Below 30 GHzRF Return Loss:greater than 10 dB (less than 1.9:1 VSWR)Gain Flatness:0.75 dB over any 650 MHz bandwidth between 22.55 GHz and 27.5 GHzGain Slope:less than 0.2 dB / 10 MHzCONNECTORS/CABLES:Optical Connector Type:FC/APCFiber Cable Compatibility:Single Mode FiberFiber Length:less than 1 KmRF Connector Type: 2.92-mm (K) femaleRF Connector Impedance:50-OhmENVIRONMENT:Operating Temperature:-40 degrees C to +70 degrees CStorage Temperature:-40degrees C to +70degrees CPower Consumption:less than 30W per receiver and less than 30W per transmitterMONITOR AND CONTROL:Each unit (Optical Tx and Optical Rx) shall include a method (e.g. analog output voltage,serial port, Ethernet, etc.) for remotely monitoring the optical power of the unit.DOCUMENTATION:1 set of instruction/operation manuals including any software documentation required tooperate/program/diagnose shall be included shall be furnished with the 10 systems. TheContractor shall provide operational manuals that shall be written in English. DELIVERY SCHEDULE AND FOB POINTThe Contractor shall delivery the systems within 12 weeks from the date of the order tothe NASA Glenn Research Center, 21000 Brookpark Road, Building 21 Receiving, Cleveland,Ohio 44135. Delivery shall be FOB Destination, NASA Glenn Research Center. SOLICITATION INSTRUCTIONSNote for those proposing advance payments: FAR limits advance payments for commercialitems to not greater than 15 percent of the total price for the item. If your normalbusiness practice requires payment in advance, do NOT exceed this limitation.Note for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Provide both a unit priceand a total price for the 10 units. Note to those proposing their terms and conditions: provide a copy of such for evaluationby the Government. The Government is NOT subject to state sales tax or laws of aspecific state. Also note the terms and conditions of clause 52.212-4. If your standardterms and conditions take exceptions to these, either line out such language or clearlystate what terms are not subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government isself insured and does not pay extraordinary insurance other than that already included innormal shipping practices.The provisions and clauses in the RFQ are those in effect through FAC 05-40.The NAIC code is 334220 and the small business size standard for this procurement is 750employees. All qualified responsible business sources may submit a quotation which shallbe considered by the agency.The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by May 26, 2010, 4:30p.m. GRC local timeand may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, Attn: Glen M.Williams, MS 500-319, Cleveland, OH 44135, and include on the envelope the solicitationnumber.Your offer may take exceptions to the terms and conditions of this solicitation. If so,state the item taken exception to and the proposed alternative. Note that by your doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. Your offer shouldinclude: FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), Cage Code, DUNS identification number,Representations and Certifications, identification of any special commercial terms,description of items offered per 52.212-1 (and as modified), and the offer shall besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form attached tothis solicitation (Ensure that the track changes feature is turned off when wordprocessing this form).Fill in Block 17a including CAGE and DUNS codes. Faxed offersare NOT acceptable. A copy of a published price list, catalog price or computer page printout showing theprice for Item 1 may also be included if desired. (Note, the Contracting Officer mayrequest this information if only 1 source provides an offer). Offerors shall provide the information required by FAR 52.212-1, Instructions toOfferorsCommercial Items. Offerors may cite the web site that demonstrates all specifications are met for the itemoffered in lieu of providing a paper copy. Web sites that are not viewable for anyreason for up to 5 business days after the offer due date may result in the offer beingdetermined to be non-responsive. If the end product(s) quoted is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the Offerors shall so state and shalllist the country of origin.Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certificationselectronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCAdatabase information, the offeror verifies by submission of this offer that therepresentations and certifications currently posted electronically at FAR 52.212-3,Offeror Representations and CertificationsCommercial Items, have been entered or updatedin the last 12 months, are current, accurate, complete, and applicable to thissolicitation (including the business size standard applicable to the NAICS codereferenced for this solicitation), as of the date of this offer and are incorporated inthis offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offerorto identify the applicable paragraphs at (b) through (j) of this provision that theofferor has completed for the purposes of this solicitation only, if any. Therepresentations and certifications will be incorporated by reference in any resultantcontract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business PartnerNetwork (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov.FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4, Contract Terms and ConditionsCommercial Items, (Feb 2007) is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items, (June 2007) is applicable. As prescribed in 12.301(b)(4),insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that arelisted below. These clauses are incorporated in this contract by reference to implementprovisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.223-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006) (E.O. 13126).52.222.21, Prohibition of Segregated Facilities (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 Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era,and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.225-1, Buy American ActSupplies (June 2003) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations,and statutes administered by the Office of Foreign Assets Control of the Department ofthe Treasury). 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct2003) (31 U.S.C. 3332). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). _(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable tocommercial services, that the Contracting Officer has indicated as being incorporated inthis contract by reference to implement provisions of law or Executive orders applicableto acquisitions of commercial items: NONE (d) Comptroller General Examination of Record. The Contractor shall comply with theprovisions of this paragraph (d) if this contract was awarded using other than sealedbid, is in excess of the simplified acquisition threshold, and does not contain theclause at 52.215-2, Audit and RecordsNegotiation. (1) The Comptroller General of the United States, or an authorized representative of theComptroller General, shall have access to and right to examine any of the Contractorsdirectly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times therecords, materials, and other evidence for examination, audit, or reproduction, until 3years after final payment under this contract or for any shorter period specified in FARSubpart 4.7, Contractor Records Retention, of the other clauses of this contract. If thiscontract is completely or partially terminated, the records relating to the workterminated shall be made available for 3 years after any resulting final terminationsettlement. Records relating to appeals under the disputes clause or to litigation or thesettlement of claims arising under or relating to this contract shall be made availableuntil such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures andpractices, and other data, regardless of type and regardless of form. This does notrequire the Contractor to create or maintain any record that the Contractor does notmaintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and(d) of this clause, the Contractor is not required to flow down any FAR clause, otherthan those in paragraphs (i) through (vii) of this paragraph in a subcontract forcommercial items. Unless otherwise indicated below, the extent of the flow down shall beas required by the clause (i) 52.219-8, Utilization of Small Business Concerns (May2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer furthersubcontracting opportunities. If the subcontract (except subcontracts to small businessconcerns) exceeds $550,000 ($1,000,000 for construction of any public facility), thesubcontractor must include 52.219-8 in lower tier subcontracts that offer subcontractingopportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, EqualOpportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action forWorkers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification ofEmployee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down requiredfor all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, etseq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance withparagraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercialitems a minimal number of additional clauses necessary to satisfy its contractualobligations. (End of clause) The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmSELECTIONEvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a LOW PRICE TECHNICALLY ACCEPTABLE basis: Selection and awardwill be made on an aggregate basis to the lowest priced, technically acceptable offeror,with acceptable past performance. Technical acceptability will be determined by a reviewof the information submitted by the offeror providing a description in sufficient detailto show that the product offered meets the Government's requirement (see specificationsabove). It is critical that offerors provide adequate detail to allow evaluation oftheir offer. (SEE FAR 52.212-1(b))(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. (End of provision) MISCELLANEOUSQuestions regarding this acquisition must be submitted in writing no later than 2 daysafter the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note 'B'. It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22.Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10338360R/listing.html)
 
Record
SN02152861-W 20100520/100518235132-7dc85c022d9ed94673088409792e629d (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.