Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 21,2000 PSA#2561

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

59 -- MICROWAVE POWER AMPLIFIER SOL 1-074-RFM.1010 DUE 040300 POC Artistine R. Lethcoe-Reid, Purchasing Agent, Phone (757)-864-2432, Fax (757) 864-9774, Email A.LETHCOE-REID@larc.nasa.gov -- Susan E. McClain, Contracting Officer, Phone (757) 864-8687, Fax (757) 864-8863, Email s.e.mcclain@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-074-RFM .1010. E-MAIL: Artistine R. Lethcoe-Reid, A.LETHCOE-REID@larc.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). One each of a Microwave Power Amplifier, Class A Linear 0.8 GHz to 4.2 GHz Frequency Range (Instantaneous) 50 Watts minimum rated power output Front panel display Front panel manual variable gain adjustment IEEE-488 remote control interface (including remote gain adjustment) Self-contained internal cooling Safety interlock connector Front panel, type N-connectors for input and output connectors RF input signal modulation capability of AM, FM and pulse modulation Required input power for full rated output equal to 1 mW (maximum) AC primary power requirement of 120V, 60 Hz, single phase Input Impedance of 50 Ohms (VSWR 2.0 : 1 maximum) Output Impedance of 50 Ohms, nominal Temperature, RF Input overdrive, and output VSWR protection Harmonics equal to -- 17 dBc or less at the 1 dB compression point Spurious outputs equal to -- 60 dBc or less Note: This amplifier will be used for electromagnetic compatibility testing, therefore the amplifier must be capable of withstanding high reflected power due to load impedance mismatch without damage to the amplifier. The provisions and clauses in the RFQ are those in effect through FAC 97-15. This procurement is a total small business set-aside. The SIC code and the small business size standard for this procurement are 3663 and 750, respectively. The quoter shall state in their quotation their size status for this procurement. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 04/03/00 and may be mailed or faxed to Ms. Artistine Lethcoe-Reid, MS/126, NASA, LaRC, Hampton, VA 23681 or FAX NUMBER (757)864-9775, 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. Addenda to FAR 52.212-1 are as follows: 52.252-5; 52.214-35; 52.225-1. 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 52.212-4is applicable. Addenda to FAR 52.212-4 are as follows: 52.219-6; 52.247-35; 52.247-65; 1852-84; 52.227-14, 1852-247-72. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3; 52.232-34; 52.222-21, Alternate 1. The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. 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; other critical requirements (i.e., delivery) if so stated in the RFQ 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 the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 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 03/17/00 (D-SN435451). (0077)

Loren Data Corp. http://www.ld.com (SYN# 0203 20000321\59-0004.SOL)


59 - Electrical and Electronic Equipment Components Index Page