|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,1998 PSA#2115NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 58 -- KU-BAND UPCONVERTER, KU-BAND DOWN CONVERTER SOL 3-101019 DUE
062498 POC Michael J. Kinkelaar, Contract Specialist, Phone (216)
433-2736, Fax (216) 433-2480, Email Michael.J.Kinkelaar@lerc.nasa.gov
WEB: Click here for the latest information about this notice,
http://nais.nasa.gov/EPS/LeRC/date.html#3-101019. E-MAIL: Michael J.
Kinkelaar, Michael.J.Kinkelaar@lerc.nasa.gov. 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. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). High performance
Ku-band up- and down-converters are needed for inclusion into an 8.1
meter satellite ground station. This ground station will be used to
perform various satellite network and architecture experiments which
further develop and improve international standards in the area of
computer transport protocols for use over satellite networks. Due to
the research nature of this ground station, performance and flexibility
are major factors which determine the minimum technical specifications
for each unit. NASA Lewis Research Center is procuring 1 each of a
KU-BAND UPCONVERTER AND 1 each of a KU-BAND DOWNCONVERTER in accordance
with the specifications that follow: Upconverter: Recommended Model:
Miteq U-9456-1K (or equal) with the following options: Option 2A -- RF
Signal Monitor (Rear panel SMA connector with 20dBc output for
monitoring). Option 20 -- Dual selectable IF's, 70/140 MHz. Option 23D
-- 5 MHz internal and external frequency reference (includes automatic
switch over when external reference signal is present). As a minimum,
the upconverter shall meet the following salient characteristics: 1.
The upconverter shall be fully compliant with all applicable Intelsat
IESS-308 and IESS-309 standards. 2. Output Frequency Range: 14.0 --
14.5 GHz 3. Frequency Step Size: 1 KHz 4. Input Frequency: Selectable
Dual Band Inputs: 70 MHz IF (20 MHz bandwidth), and 140 MHz IF (40 MHz
bandwidth) 5. Power Output: minimum -5 dBm @ 1dB compression 6. Output
Impedance: 50 Ohm 7. Input Impedance: 75 Ohm Output 8. Spurious
Signals:< -- -60 dBc 9. Frequency Stability: 2 E-8 over 0 to 50 C
(internal reference), 5 E-9 / day typical (internal reference) Must
also include provision for automatic switch over to an externally
supplied 5 MHz frequency reference when present on the input. 10. Image
Rejection: 80 dB minimum 11. Output level stability: 0.25 dB / day
maximum (assuming constant ambient temperature) 12. Phase Noise: Meet
or exceed Intelsat IESS-308 and IESS-309 specifications 13. Remote
Control: All major functions (frequency, output level, output On/Off)
must be remotely controllable using at least one of the following
standards: RS-485, RS422, RS-232, IEEE-488 14. Gain: Adjustable over a
minimum 30 dB range with a minimum 0.2 dB step size. 15. Output
muting: 60 dB minimum Downconverter Recommended Model:Miteq D-9408-3-1K
(or equal) with the following options: Option 2A -- RF Signal Monitor
(Rear panel SMA connector with -20dBc output for monitoring). Option 20
-- Dual selectable IF's, 70/140 MHz. Option 23D -- 5 MHz internal and
external frequency reference (Includes automatic switch-over when
external reference signal is present). As a minimum, the downconverter
shall meet the following salient characteristics: 1. The down
converter shall be fully compliant with all applicable Intelsat
IESS-308 and IESS-309 standards. 2. Input Frequency Range: 10.95 --
12.75 GHz 3. Frequency Step Size: 1 KHz 4. Output Frequency: Selectable
Dual Band Outputs: 70 MHz IF (20 MHz bandwidth), and 140 MHz IF (40 MHz
bandwidth) 5. Power Output: minimum +10 dBm @ 1dB compression 6. Output
Impedance: 75 Ohm 7. Input Impedance: 50 Ohm 8. Output Spurious
Signals:< -60 dBc 9. Frequency Stability: 2 E-8 over 0 to 50 C
(internal reference) 5 E-9 / day typical (internal reference) Must also
include provision for automatic switch over to an externally supplied
5 MHz frequency reference when present on the input. 10. Image
ejection: 80 dB minimum 11. Output level stability: 0.25 dB / day
maximum (assuming constant ambient temperature) 12. Phase Noise: Meet
or exceed Intelsat IESS-308 and IESS-309 specifications 13.Remote
Control: All major functions (frequency, output level) must be remotely
controllable using at least one of the following standards: RS-485,
RS422, RS-232, IEEE-488 14.Gain: Adjustable over a minimum 30 dB range
with a minimum 0.2 dB step size The provisions and clauses in the RFQ
are those in effect through FAC 97-4. This procurement is a total
small business set-aside. See Note 1. The SIC code and the small
business size standard for this procurement are 3669 and 750,
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 NASA Lewis Research Center is required within 120 days ARO.
Delivery shall be FOB Destination. The DPAS rating for this procurement
is DO-C9. Quotations for the items(s) described above may be mailed or
faxed to the identified point of contact by the date/time specified
and include, solicitation number, FOB destination to this Center,
proposed delivery schedule, discount/payment terms, warranty duration
(if applicable), taxpayer identification number (TIN), identification
of any special commercial terms, and be signed by an authorized company
representative. Quoters are encouraged to use the Standard Form
1449,Solicitation/Contract/Order for Commercial Items form found at
URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to
submit a quotation. Quoters shall provide the information required by
FAR 52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I. 52.222-26
Equal Opportunity. 52.222-35 Affirmative Action for Special Disabled
and Vietnam Era Veterans. 52.222-36, Affirmative Action for Handicapped
Workers. 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era. 52.225-3, Buy American Act -- Supplies.
52.225-18, European Union Sanction for End Products. Questions
regarding this acquisition must be submitted in writing no later than
June 15, 1998 by 4:30 p.m. (E.D.T.). Quotations are due by June 24,
1998 at 4:30 p.m.(E.D.T.) to the address specified above at Mail Stop
500-306. Selection and award will be made to the lowest priced,
technically acceptable quoter. Technical acceptability will be
determined by information submitted by the quoter providing a
description in sufficient detail to show that the product quoted meets
the Government's requirement. Quoters must provide copies of the
provision at 52.212-3, Offeror Representation and Certifications --
Commercial Items with their quote. See above for where to obtain copies
of the form via the Internet. An ombudsman has been appointed -- See
Internet Note "B". Prospective quoters shall notify this office of
their intent to submit a quotation. 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). See Note 1.
Any referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. (0161) Loren Data Corp. http://www.ld.com (SYN# 0318 19980612\58-0002.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|