|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1998 PSA#2099NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 58 -- TIME DIVISION MULTIPLE ACCESS/FREQUENCY DIVISION MULTIPLE ACCESS
(TDMA/FDMA) NETWORK SYSTEM SOL RFQ3-099198 DUE 060598 POC Timothy C.
Pierce, Contract Specialist, Phone (216) 433-2147, Fax (216) 433-5185,
Email Timothy.C.Pierce@lerc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/LeRC/date.html#RFQ3-099198. E-MAIL: Timothy C.
Pierce, Timothy.C.Pierce@lerc.nasa.gov. The Government intends to
purchase one (1) system consisting four (4) nodes with up to 2.5 Msps
per node, and an option to purchase a maximum of 4 additional nodes.
The system shall operate with the NASA Lewis Research Center's (LeRC)
small ground station satellite network, the Ultra Small Aperture
Terminals (USAT's), and the Advanced Communications Technology
Satellite (ACTS). The Government desires a system that is able to
operate with the ACTS's Hopping Beam capability. Prospective quoters
may submit quotes for a basic TDMA/FDMA system plus option, a TDMA/FDMA
system with the ability to operate with ACTS's Hopping Beam plus
option, or both. Quoters may be required to provide a demonstration of
the proposed system in a three terminal network as part of the
evaluation and selection process. This notice is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotes are being requested and a written
solicitation will not be issued. The TDMA/FDMA system specification
document is attached. This procurement is being conducted under the
Test Program for Commercial Items (FAR Part 13.5). The provisions and
clauses in the RFQ are those in effect through FAC 97-4. The SIC code
and the small business size standard for this procurement are 3669 and
500 employees, respectively. The quoter shall state in their quotation
their size status for this procurement. All qualified responsible
business sources may submit a quotation which shall be considered by
the agency. Delivery to LeRC is DESIRED within 90 calendar days ARO.
Delivery to LeRC is REQUIRED within 120 calendar days ARO. Delivery
shall be FOB Destination. The DPAS rating for this procurement is
DO-C9. Quoters are encouraged to use the attached SF 1449,
Solicitation/Contract/Order for Commercial Items, to submit their
quote. Quotations for the items(s) described above may be mailed to the
Contracting Officer or faxed to (216)433-5185. (THIS NOT A SECURED
FAX). Quotes must be signed by an authorized company representative.
Further, quotes must include completed and executed copies of the
attached provisions: FAR 52.212-3, "Offeror Representations and
Certification -- Commercial Items" and LeRC 52.232-107, Debt Collection
Improvement Act of 1996 -- Certification. The certifications and
representations will incorporated into any resultant contract by
reference. Quoters shall provide the information required by FAR
52.212-1. Addenda to FAR 52.212-1 (incorporated by reference) are as
follows: [52.217-5 (JUL 1990) EVALUATION OF OPTIONS; 52.233-2 (AUG
1996) SERVICE OF PROTEST -- insert in paragraph (a) "Karin Huth, MS
500-313"; 1852.215-75 (DEC 1988) EXPENSES RELATED TO OFFEROR
SUBMISSIONS; 1852.233-70 (MAR 1997) PROTEST TO NASA]. FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference: 52.206-6, 52.203-10, 52.219-8,
52.219-9, 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.225-3, 52-225-9, and 52.247-64. Questions regarding this acquisition
must be submitted in writing no later than 6/2/98. Quotations are due
by 6/5/98, 4:30 p.m. local time. Award will be based upon overall best
value to the Government, with consideration given to the factors of
proposed technical merits (the proposed system's ability to add or
interchange additional or various commercial interfaces to the modem or
network; the system's flexibility for network configuration, data rate
and coding variability), price, past performance, delivery will also
be considered. It is critical that offerors provide adequate detail to
allow evaluation of their offer (see FAR 52.212-1(b). An ombudsman has
been appointed -- See Internet Note "B". Prior to contacting an
Ombudsman, quoters are expected to attempt to resolve any
questions/concerns through the Contracting Officer. It is the quoter's
responsibility to monitor this site for the release of amendments (if
any). Potential quoters will be responsible for downloading their own
copy of this combination synopsis/solicitation and amendments (if
any). (0138) Loren Data Corp. http://www.ld.com (SYN# 0280 19980520\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|