SOLICITATION NOTICE
18 -- SPACE QUALIFIED S-BAND OMNI-DIRECTIONAL ANTENNAS
- Notice Date
- 6/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
- ZIP Code
- 00000
- Solicitation Number
- NNJ11387355R
- Response Due
- 6/29/2011
- Archive Date
- 6/16/2012
- Point of Contact
- Mario A. Tijerina II, Contract Specialist, Phone 281-483-2217, Fax 281-244-2370, Email mario.a.tijerina@nasa.gov - Kirby L. Condron, Contracting Officer, Phone 281-483-4193, Fax 281-244-2370, Email kirby.l.condron@nasa.gov
- E-Mail Address
-
Mario A. Tijerina II
(mario.a.tijerina@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 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 Proposal (RFP) for 3 S-Band Omni-DirectionalAntennas with an option to purchase 2 additional units as needed. Please provide theitemized cost for 3 base units and for 2 optional units. There is a requirement forthese antennas to be delivered within 120 days after receipt of order.The following specifications are required:Operating Frequency Range 2000 MHz 2300 MHzVoltage Standing Wave Ratio (VSWR) 2.0:1 MaximumPolarization Left-Hand Circular Polarization (LHCP)Gain > -2.5 dBic from 0 degrees to 70 degreesoff boresightGain > -4.0 dBic from 70 degrees to 90 degrees off boresightAxial Ratio (AR) < 3.5 dB from 0 to 70 degreesPower Handling 10 WExterior Paint Z93 or equivalentOperating Temperature (-125oC) to (+100oC)Pressure opressure rate of change of -0.76 psi/sec over range of 15.2 to 5.5x10-12 psia(2.7 x 10-10 Torr)ominimum pressure of 5.5x10-12 psia (2.7 x 10-10 Torr)opressure rate of change of +0.30 psi/sec over range of 15.2 to 5.5x10-12 psia(2.7 x 10-10 Torr)Acceleration (+/-) 7.7g in each of 3 orthogonal axisPassive (i.e., not gimballed)Threaded Neill-Concelman (TNC) interface preferredDimensions: Please provide your proposed dimensions Deliverables:Data requiredoVSWR oRadiation Distribution PatternsNumerical data for both VSWR and radiation pattern measurementsDocumentation of any tests the unit was subjected to before deliveryReleased drawings for the unit with parts and materials listAny additional performance data or analysis on the deliverable item(s)Interface Control Document (ICDs) (electrical, mechanical) or equivalentThe provisions and clauses in the RFP are those in effect through FAC 2005-52.The NAICS Code and the small business size standard for this procurement are 334290 and750 employees 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 Johnson Space Center is required within 120 days ARO. Delivery shall be FOBDestination.Offers for the items described above are due by 4:30 p.m. local time on June 29, 2011 and must include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), CAGE Code (http://www.ccr.gov ), identification of anyspecial commercial terms, and be signed by an authorized company representative. Also,Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial 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. FAR 52.204-7 (APRIL 2008), Central Contractor RegistrationFAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, Convict Labor (Jun 2003) (EO 11755). 52.222-19, Child LaborCooperation with Authorities and Remedies (Jul 2010) (EO 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (EO 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 USC 793). 52.225-1, Buy American ActSupplies (Feb 2009) (41 USC 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (EOs, proclamations, and statutes administered by the Office of 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 USC 3332)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.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 Mario A.Tijerina II no later than June 29, 2011. Telephone questions will not be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement. It is critical that offerors provide adequatedetail to allow evaluation of their offer (reference FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (MAY 2011), 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. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.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=73. Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).An Ombudsman has been appointed. See NASA Specific Note 'B'.Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11387355R/listing.html)
- Record
- SN02474783-W 20110618/110616234742-050d29d99894d04ae67f18f36169fc77 (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 |