|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1998 PSA#2234NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BE 16 -- STAR TRACKER SOL 9-BE13-48-8-5Q DUE 120398 POC Caroline M. Root,
Contracting Officer, Phone (281) 483-4140, Fax (281) 244-5337, Email
caroline.m.root1@jsc.nasa.gov -- Caroline M. Root, Contracting Officer,
Phone (281) 483-4140, Fax (281) 244-5337, Email
caroline.m.root1@jsc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/JSC/date.html#9-BE13-48-8-5Q. E-MAIL: Caroline
M. Root, caroline.m.root1@jsc.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). NASA/JSC plans to
lease a Star Tracker qualification unit. General Evidence of star
tracker design maturity and ability to meet specified performance
requirements shall be provided. Performance Requirements 1.
All-stellar, autonomous attitude determination with 100% coverage. That
is, the ST can acquire stars, identify stars, determine attitude, and
continue to track stars regardless of its initial attitude. 2. RS-422
(preferred) or MIL-STD-1553B interface. 3. 1 Hz or faster update rate.
4. Determine attitude with respect to ST alignment surfaces to an
accuracy of at least 0.025 deg/axis, 3 sigma, at inertial attitude
rates of 0.2 deg/sec or less. 5. Weight less than 15 lbs with light
shade. 6. 28 VDC input. 7. Requires less than 15 watts power. 8. Solar
exclusion angle of 40 degrees or less. Environment Requirements
Operating temperature: -40 to +60 deg C Non-operating temperature: -40
to +75 deg C Vibration: X Axis: 20 -- 32 Hz; 0.003 g^2/Hz 32-100 Hz;
+6 dB/Octave 100-500 Hz; 0.030 g^2/Hz 500-2000 Hz; -4 dB/Octave Overall
= 5.5 Grms Y Axis: 20 -- 50 Hz; +10 dB/Octave 50-120 Hz; 0.08 g^2/Hz
120-160 Hz; -3 dB/Octave 160-600 Hz; 0.06 g^2/Hz 600-2000 Hz;-6
dB/Octave Overall = 7.8 Grms Z Axis: 20 -- 45 Hz; 0.009 g^2/Hz 45-70
Hz; +12 dB/Octave 70-600 Hz; 0.050 g^2/Hz 600-2000 Hz; -6 dB/Octave
Overall = 7.0 Grms Shock: Nx (g s): +3.1 to -5.7 Ny (g s): +1.5 to -1.5
Nz (g s): +5.9 to -5.9 Certified for operation in vacuum of space.
Single-event-upset rate: Less than once per 30 days. Not damaged by
direct pointing at the sun. Capable of full performance after sun is
removed from the field of view. Programmatics Schedule: The lease
begins with delivery to NASA JSC by February 22, 1999 and ends after
the unit has returned after flight on STS-101. STS-101 is currently
scheduled for launch on August 5, 1999. The unit would be returned
approximately 3 months after the mission has ended. If the launch date
slips, the contractor shall extend the period of lease accordingly at
no extra cost to the government. Support: 1. Technical documentation
(test reports, electrical and mechanical interface control documents,
specifications) delivered to JSC at contract initiation. 2. Technical
support (phone and/or on-site) to resolve issues related to the
operation of the star tracker on the SIGI Orbital Attitude Readiness
(SOAR) experiment beginning at contract initiation. 3. On-site support,
at NASA JSC request during testing of the star tracker at NASA JSC.
This testing is currently scheduled from 2/22/99 to 4/30/99. Period of
support is estimated to be 10 working days. 4. On-site support, at
NASA JSC request, during testing of the star tracker with Spacehab at
NASA KSC. This testing is currently scheduled for 6/99. Period of
support is estimated to be 10 working days. 5. A mass simulator of the
Star Tracker to NASA JSC to support vibration testing of the SOAR
experiment shall be required. The mass simulator will be required for
approximately one month beginning approximately 2/1/99. 6. The vendor
will be responsible for any repairs/rework to the star tracker where
its operation does not meet its published specifications before and
after the flight. 7. The vendor will provide a care and handling guide
that addresses such issues as live sky testing, sharp edges, light
shade installation/removal, and mounting surface preparation. The
provisions and clauses in the RFQ are those in effect through FAC 97-9.
The SIC code and the small business size standard for this procurement
are 3829 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 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/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. FAR 52.203-6, FAR
52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36,
FAR 52.222-37, and FAR 52.225-3. Questions regarding this acquisition
must be submitted in writing no later than December 2, 1998. Quotations
are due by December 3, 1998, to the address specified above and to the
attention of the Bid Depository. Award will be based upon overall best
value to the Government, with consideration given to the factors of
proposed technical merits, price and past performance; compliance with
delivery schedule will also be considered. Unless otherwise stated in
the solicitation, for selection purposes, technical, price and past
performance are essentially equal in importance. It is critical that
offerors provide adequate detail to allow evaluation of their offer
(see FAR 52.212-1(b). 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". 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). Any referenced notes can
be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html. Posted 12/01/98
(D-SN275869). (0335) Loren Data Corp. http://www.ld.com (SYN# 0208 19981203\16-0006.SOL)
16 - Aircraft Components and Accessories Index Page
|
|