Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 22,2000 PSA#2562

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

66 -- CYLINDRICAL MEASUREMENT SYSTEM (SCANNER) SOL RFO3-144776 POC Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams@grc.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=22#RFO3-1447 76. E-MAIL: Glen M. Williams, Glen.M.Williams@grc.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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for: Item 1) Scanner with Rotary Joint Kit,quantity 1; Item 2)Documentation, Installation and Training. These items shall be Nearfield Systems Inc. model or equal which meets the following: compact, cylindrical near-field antenna measurement system with system controller software, Pentium based PC with Windows operating system, keyboard and monitor, probing accessories including one 26.5 -- 40.0 GHzwave guide probe, RF cables, absorbers, installation kit, system documentation, operating manual etc. and analysis software for characterizing low to medium gain antennas from 1 -- 40 GHz band. The analysis software shall provide far field pattern calculation and provide 2D, 3D and contour plots from measured near field data. The system shall have a built in probe correction mechanism for accurate near field data acquisition in the presence of mutual coupling between the probe and AUT especially during high frequency measurement. Supporting data, plot, etc. showing the eveidence of probe correction capability shall be included. The system shall provide full 360 degrees azimuth and a minimum of 5 feet vertical travers dimension to simulate cylindrical near field scan area. The high precision probe carriage shall be able to accommodate optional probe roll and translation stage for probes of different frequencies. The system shall include an additional probe roll stage with a rotary joint and motor cable for operation from 0 to 40.0 GHz. The system resolution shall be at least 0.0125 degrees in azimuth and 0.0025 inches in vertical. Scan speed required is at least 24 inches per second. Position repeatability shall be within 0.0125 degrees azimuth and 0.0025 inches vertical RMS. The system shall include hardware interface to support HP RF equipment. The system shall operate with a either a 8510B or 8530A based receiver. The system shall include 1 copy of user documentation showing the proper operation of the system. The Contractor shall install the system at the NASA Glenn Research Center (GRC) and perform not more than two 8-hour days of training at GRC within 30 days of delivery of the system. Upon installation the Contractor shall demonstrate that the system operates in accordance with the above requirements and the Contractor's operation literature. Actual date(s) for installation and training shall be via mutual agreement between the Government and the Contractor. The provisions and clauses in the RFO are those in effect through FAC 97-15. 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 3825 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by March 27, 2000, 4:30 p.m. EST to the NASA Glenn Research Center, Attn: Glen M. Williams, MS 500-306, 21000 Brookpark Road, Cleveland, Ohio 44135 or may be faxed to (216) 433-5480 and must 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. Offerors 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 offer. The Government is not responsible for faxcimile malfunctions at the above fax number and offerors are still responsible for meeting the above stated offer due date. Offerors shall provide the information required by FAR 52.212-1. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and besides the required clauses therein, the following identified clauses from paragraphs b and/or c are also incorporated by reference: _X__ (3) 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)). _X__ (5) 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)). _X__ (6) 52.222-26, Equal Opportunity (E.O. 11246). _X__ (7) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X__ (8) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). _X__ (9) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X__ (10) 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10). _X__ (13) 52.225-18, European Union Sanction for End Products (E.O. 12849). _X__ (15)(i) 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than 3-24-00. 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 solicitation 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)). The specifications/statement of work included above serves as the Government's baseline requirements. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See Internet Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential offerors 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 03/20/00 (D-SN436237). (0080)

Loren Data Corp. http://www.ld.com (SYN# 0282 20000322\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page