SOLICITATION NOTICE
59 -- AMPLIFIERS WITH DIRECTIONAL COUPLER
- Notice Date
- 7/8/2010
- 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
- NNC10345209R
- Response Due
- 7/15/2010
- Archive Date
- 7/8/2011
- 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
- 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 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 set aside for small business. This notice is being issued as a Request for Quotations (RFQ) for the following itemswhich shall meet the specifications shown below. Please see the SolicitationInstructions that follow the specification portion of this solicitation. Item 1 PowerAmplifier with 2 Directional Couplers, quantity 1; Item 2 Power Amplifier with1Directional Coupler, quantity 1; Item 3 Power Amplifier with 1 Directional Coupler,quantity 1; Item 4 Power Amplifier with 1 Directional Coupler, quantity 1. Each Itemwill include 1 set of operation/maintenance manuals.GENERAL SPECIFICATION for each Amplifier and CouplerItem 1Amplifier Research Corp. amplifier model 50WD1000 or equal with model nos.DC2500AM1 and DC3010A or equals directional couplers.DescriptionThe Power Amplifier shall be portable, rack-mountable, self-contained, air-cooled,broadband, solid state amplifier designed for applications where extensive bandwidth andhigh gain are required. The power amplifier shall employ push-pull circuitry in the highpower stages of the amplifier for the purpose of lowering distortion and improvingstability. The power amplifier shall cover the frequency range from D.C. to 1000MHz. Thefrequency range shall have the features allowing it to be selected automatically,manually or by remote control through the remote connector. The power amplifier, whenused with an RF sweep generator, shall provide a minimum of 50 watts of swept power. Thepower amplifier shall have provisions included for the remote control of the basicoperating functions of the amplifier using computer controller software. The amplifiershall have the following hardware: one 10 kHz - 250 MHz, 1000 Watt, Dual DirectionalCoupler and one 10 kHz 1 GHz, 100 Watt, Dual Directional Coupler.Performance Requirements & SpecificationsSpecifications include measures to account for the expected statistical performancedistribution, measurement uncertainties, and changes in performance due to environmentalconditions. The amplifier shall meet:a.RATED OUTPUT POWER: 50 watts minimumb.INPUT FOR RATED OUTPUT: 1.0 milliwatt maximumc.POWER OUTPUT @ 3dB COMPRESSION Nominal.......60 watts, Minimum....40 wattsd.FREQUENCY RESPONSE: DC-1000 MHze.GAIN: 46 dB minimumf.INPUT IMPEDANCE: 50 ohms, VSWR 2.0:1 maximumg.OUTPUT IMPEDANCE: 50 ohms, nominalh.HARMONIC DISTORTION: Minus 20 dBc maximum at 35 wattsi.PRIMARY POWER (selected automatically): 90 to 132; 180 to 264 VAC 50/60 Hz,single phasej.COOLING: (self contained)k.Dual Directional Coupler 10kHz - 250kHz @ 1000Wl.Dual Directional Coupler 10kHz - 1GHz @ 100WItem 2 Amplifier Research Corp. amplifier model 30S1G4M1 or equal with model no. DC7144Aor equal directional coupler.DescriptionThe Power Amplifier shall be portable, rack-mountable, self-contained, air-cooled,broadband, solid state amplifier designed for applications where extensive bandwidth andhigh gain are required. The power amplifier shall employ push-pull circuitry in the highpower stages of the amplifier for the purpose of lowering distortion and improvingstability. The power amplifier shall cover the frequency range from 1GHz to 4GHz. Thefrequency range shall have the features allowing it to be selected automatically,manually or by remote control through the remote connector. The power amplifier, whenused with an RF sweep generator, shall provide a minimum of 30 watts of swept power. Thepower amplifier shall have provisions included for the remote control of the basicoperating functions of the amplifier using computer controller software. The amplifiershall have the following hardware: one 800 MHz 4.2 GHz, 400 Watt, Dual DirectionalCoupler.Performance Requirements & SpecificationsSpecifications include measures to account for the expected statistical performancedistribution, measurement uncertainties, and changes in performance due to environmentalconditions. The amplifier shall meet: a.RATED OUTPUT POWER: 30 watts minimumb.INPUT FOR RATED OUTPUT: 1.0 milliwatt maximumc.POWER OUTPUT @ 3dB COMPRESSIONNominal.......35 wattsMinimum....30 wattsd.FREQUENCY RESPONSE: 1 GHz to 4GHz e.GAIN: 45 dB minimumf.INPUT IMPEDANCE: 50 ohms, VSWR 2.0:1 maximumg.OUTPUT IMPEDANCE: 50 ohms, nominalh.HARMONIC DISTORTION: Minus 20 dBc maximum at 30 wattsi.PRIMARY POWER (selected automatically): 90 to 132; 180 to 264 VAC 50/60 Hz,single phasej.COOLING: (self contained)k.Dual Directional Coupler 800 MHZ 4.2 GHz @ 400 Watts.Item 3 Amplifier Research Corp. amplifier model 15S4G8A or equal with model no. DC7350Aor equal directional coupler.DescriptionThe Power Amplifier shall be portable, rack-mountable, self-contained, air-cooled,broadband, solid state amplifier designed for applications where extensive bandwidth andhigh gain are required. The power amplifier shall employ push-pull circuitry in the highpower stages of the amplifier for the purpose of lowering distortion and improvingstability. The power amplifier shall cover the frequency range from 4GHz to 8GHz. Thefrequency range shall have the features allowing it to be selected automatically,manually or by remote control through the remote connector. The power amplifier, whenused with an RF sweep generator, shall provide a minimum of 15 watts of swept power. Thepower amplifier shall have provisions included for the remote control of the basicoperating functions of the amplifier using computer controller software. The amplifiershall have the following hardware: one 4 GHz - 8 GHz, 350 Watt, Dual DirectionalCoupler.Performance Requirements & SpecificationsSpecifications include measures to account for the expected statistical performancedistribution, measurement uncertainties, and changes in performance due to environmentalconditions. The amplifier shall meet:a.RATED OUTPUT POWER: 15 watts minimumb.INPUT FOR RATED OUTPUT: 1.0 milliwatt maximumc.POWER OUTPUT @ 3dB COMPRESSIONNominal.......19 wattsMinimum....16wattsd.FREQUENCY RESPONSE: 4 GHz to 8 GHz e.GAIN: 42 dB minimumf.INPUT IMPEDANCE: 50 ohms, VSWR 2.5:1 maximumg.OUTPUT IMPEDANCE: 50 ohms, nominalh.HARMONIC DISTORTION: Minus 20 dBc maximum at 15 wattsi.PRIMARY POWER (selected automatically): 90 to 132; 180 to 264 VAC 50/60 Hz,single phasej.COOLING: (self contained)k.Dual Directional Coupler: 4GHz -8 GHz @ 350 WattsItem 4 Amplifier Research Corp. amplifier model 10S6G18A or equal with model no. DC7435Aor equal directional coupler.DescriptionThe Power Amplifier shall be portable, rack-mountable, self-contained, air-cooled,broadband, solid state amplifier designed for applications where extensive bandwidth andhigh gain are required. The power amplifier shall employ push-pull circuitry in the highpower stages of the amplifier for the purpose of lowering distortion and improvingstability. The power amplifier shall cover the frequency range from 6 GHz to 18 GHz. Thefrequency range shall have the features allowing it to be selected automatically,manually or by remote control through the remote connector. The power amplifier, whenused with an RF sweep generator, shall provide a minimum of 10 watts of swept power. Thepower amplifier shall have provisions included for the remote control of the basicoperating functions of the amplifier using computer controller software. The amplifiershall have the following hardware: one 4.2 GHz - 18 GHz, 50 Watt, Dual DirectionalCoupler.Performance Requirements & SpecificationsSpecifications include measures to account for the expected statistical performancedistribution, measurement uncertainties, and changes in performance due to environmentalconditions. The amplifier shall meet:a.RATED OUTPUT POWER: 10 watts minimumb.INPUT FOR RATED OUTPUT: 1.0 milliwatt maximumc.POWER OUTPUT @ 3dB COMPRESSIONNominal.......13 wattsMinimum....10 wattsd.FREQUENCY RESPONSE: 6 GHz to 18 GHz e.GAIN: 40 dB minimumf.INPUT IMPEDANCE: 50 ohms, VSWR 2.5:1 maximumg.OUTPUT IMPEDANCE: 50 ohms, nominalh.HARMONIC DISTORTION: Minus 20 dBc maximum at 10 wattsi.PRIMARY POWER (selected automatically): 90 to 132; 180 to 264 VAC 50/60 Hz,single phasej.COOLING: (self contained)k.Dual Directional Coupler: 4.2 GHz 18 GHz @ 50 WattsDOCUMENTATION:1 set of instruction/operation manuals including any software documentation required tooperate/program/diagnose the amplifier shall be included with each Item. The manualsshall be specific to each Item and shall be written in English. DELIVERY SCHEDULE AND FOB POINTThe Contractor shall delivery the each Item not later than September 3, 2010 to the NASAGlenn Research Center, 21000 Brookpark Road, Building 21 Receiving, Cleveland, Ohio44135.Delivery shall be FOB Destination, NASA Glenn Research Center.Items may bedelivered earlier than the September 3rd date and doing so is encouraged. Invoices fordelivered items should be submitted immediately upon delivery.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.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. Offers that do notstate a fixed firm price for each item shall be rejected as nonresponsive. TheGovernment is self insured and does not pay extraordinary insurance other than thatalready included in normal shipping practices.The provisions and clauses in the RFQ are those in effect through FAC 05-40. The NAICcode 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 July 15, 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. Faxed or emailed offers will NOT be accepted. 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 takingexception(s), the Contracting Officer may reject your offer as non-responsive if it isnot in the best interests of the Government to accept the alternative terms andconditions offered. Your offer should clearly state:FOB destination to the NASA GRC,proposed delivery schedule, discount/payment terms, warranty duration (if applicable),Cage Code, DUNS identification number, Representations and Certifications, identificationof any special commercial terms, description of items offered per 52.212-1 (and asmodified), and the offer shall be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form attached to this solicitation. Fill in Block 17a including CAGEand DUNS codes. Faxed and emailed offers are 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 and or web pages of the offereditem(s) that are not viewable for any reason for up to 5 business days after the offerdue date may result in the offer being determined 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 athttp://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 for all four Items to the lowest priced, technicallyacceptable offeror, with acceptable past performance. Technical acceptability will bedetermined by a review of the information submitted by the offeror providing adescription in sufficient detail to show that the product offered meets the Government'srequirement (see specifications above). It is critical that offerors provide adequatedetail to allow evaluation of their 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/NNC10345209R/listing.html)
- Record
- SN02199496-W 20100710/100708235050-1cdeada8d91da2fc038d95b30cef12f7 (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 |