SOLICITATION NOTICE
66 -- E3 PROJECT EQUIPMENT
- Notice Date
- 8/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC10342369Q
- Response Due
- 8/23/2010
- Archive Date
- 8/17/2011
- Point of Contact
- Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480, Email Antoinette.M.Niebieszczanski@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Antoinette M. Niebieszczanski
(Antoinette.M.Niebieszczanski@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, and in the Simplified Acquisition Procedures setforth in FAR Part 13. This announcement constitutes the only solicitation; offers arebeing requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for:DescriptionThe various antennas required for testing within the EMI test facility at Plum Brooksrequire the devices to cover a range from 20 MHz to 40 GHz. The power levels for theseantenna2s range from 2000W for the lower frequency devices to 10 watts for the higherfrequency devices. The devices must interface or adapt with existing equipment within thelaboratory. The vendor we will select will have a weight critical element advantage overother vendors because the successful vendor will offer the full range of antennas withthe required continuous power output levels to achieve a 50V/m minimum field strengthwithin the chamber. The successful vendor will offer these solutions as an in-stockpurchase which due to our testing schedule is critical. The successful vendors productwill interface with our existing equipment and the platform or medium.The vendorssolution will offer a storage device for periods when the device isnt in use. Thesolution will cover multiple devices.Performance Requirements & SpecificationsSpecifications include measures to account for the expected statistical performancedistribution, measurement uncertainties, and changes in performance due to environmentalconditions. The following represents specifications required from the EMI SystemAntennas:a. Have an operational range from 20 MHz to 40 GHZ.b. Have a power output per antenna capable of delivering a minimum of 50V/m and maximumof 200V/m, E-Field within our test chamber.c. Can interface with relative ease with existing hardware, both wave-guide and N-typeconnectors.d. Can be mounted either on a tripod or flat surface.e. Offer as an option the interface platform or medium.f. Offer as an option a means of storing the devices when not in use.g. Offer as an option technical assistance with the implementation of the hardware.18 GHz 3 Meter Low Loss Cable18 GHz 6 Meter N/N Cable, Low Loss Cable40 GHz 3 Meter Low Loss Cable40 GHz 6 Meter Low Loss CableTransit Storage Case (contains 1 each all antennas and cables)The provisions and clauses in the RFQ are those in effect through FAC _2005_-_44_.This procurement is a total small business set-aside.The NAICS Code and the small business size standard for this procurement are 334515 and500 employees, respectively. The offeror shall state in their offer their size statusfor this procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 isrequired within 60 days ARO. Delivery shall be FOB Destination.Offers for the itemss described above are due by close of business August 27, 2010, toAntoinette M. Niebieszczanski, 21000 Brookpark Road, Mail Stop 60-0, Cleveland, OH 44135and must include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tmlOfferors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1 are as follows:If the end products offered is other than domestic end products as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows:.FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference:The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm52.211-6 Brand Name or EqualAll contractual and technical questions must be in writing (e-mail or fax) to AntoinetteM. Niebieszczanski (antoinette.m.niebieszczanski@nasa.gov) not later than close ofbusiness August 20, 2010. 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. Other critical requirements: [INSERT SPECIFIC FACTORS suchas Delivery, Maintenance, etc] shall also be considered] [Delete if there are no otherevaluation factors] It is critical that offerors provide adequate detail to allowevaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract.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.Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand 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/NNC10342369Q/listing.html)
- Record
- SN02244565-W 20100819/100818000652-2b13cbd013f08448f193b4a1d0185db1 (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 |