Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1998 PSA#2099

NASA/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