Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,2000 PSA#2612

NPOESS/Integrated Program Office, NOAA/SAO Procurement Staff, 8455 Colesville Road, Suite 1450, Silver Spring, MD 20910

59 -- SPACE DATA RECEIVER AND TEST MODULATOR TO SUPPORT WINDSAT CORIOLIS & METOP SOL 5-SPNA-0-00060 DUE 063000 POC Jay W. Moore, Contracting Officer, 301-427-2126, ext. 112. E-MAIL: Contracting Officer, jmoore@ipo.noaa.gov. This is a combined synopsis/solicitation for commercial items to be proposed and awarded in accordance with the format in FAR Subpart 12.6, and 13.500, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a solicitation will not be issued. This is a Request for Quotation (RFQ), Number 52-SPNA-0-00060. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) Number 97-17, dated April 25, 2000. The NPOESS/Integrated Program Office (IPO), under the National Oceanic and Atmospheric Administration (NOAA), an agency of the U. S. Department of Commerce, is conducting a market survey and commercial item acquisition to procure a high rate space data ground terminal application. The items being procured are a Receiver and a Transmitter Test Simulator. Other requirements include a training option, technical support, and an extended warranty option. The specific characteristics follow. All specifications are mandatory unless otherwise noted. Receiver: Data Rate: Selectable via software control data rate input: 25.6 Mbps, 51.2 Mbps, and 70.0 Mbps. Frequency Options (Selectable via software control) * [1] NOTE: The Fairbanks CDA uses existing equipment to perform an X-band block down-conversion, set to 5430 MHz, to down-convert from X-band from the satellite to S-band at the control room: (a) 2735.0 MHz (Note: supports Aydin spacecraft transmitter selected Spectrum Astro-Phoenix, AZ for the Coriolis/Windsat mission via down-conversion from 8075 MHz [X-band] down to 2735 MHz [S-band]); and (b) 2460.0 MHz (Note: Supports EUMETSAT's METOP mission via down-conversion of 7800 MHz ** [X-band] down to 2460 MHz) ** [2] NOTE: The exact value of 2460.0 MHz value is dependent on action by ESA/EUMETSAT. The EUMETSAT/METOP Program Implementation Plan (PIP) identifies 7800.0 MHz as the center band for the stored mission data link, however, the final value is dependent on the EUMETSAT award of the METOP Ground System Integration contract expected on or about 01 July 2000. Interface for I/F input frequency at 720.0 MHz (50 ohms impedance). Modulations: Selectable SQPSK or QPSK. Differential Decoding: Selectable NRZ-M to NRZ-L. BER within 2.0 dB of theory down to Eb/No of 6.4 dB. Receiver Eb/No: 14.5 dB at input to receiver. Provide quality of service (packets delivered, BER, etc.) as output stream to control PC workstation. Supported de-coding (via software control): Viterbi with constraint length K=7, rate = or none. Desirable MTBF: 20,000 HOURS. Support computer command and control interface from a local workstation via an IEEE-488 interface: (required) and RS-422 interface (Optional). Warranty of one-year parts and labor is DESIRED. Request separately priced extended warranty covering software and hardware (priced in annual increments (1 or more years, up to 5 years), with a time and materials option to perform on-site (Fairbanks CDA site) service/repair. Bit synchronizer accuracy: within 0.01% of bit center at above data rates. Transmitter/Test Simulator requirements: Compatible with the receiver specified above. Can support end-to-end RF and test data set injection in the X-band frequencies of 8075 MHz and 7800.0 MHz** (see [2]). RF test: Modulations, data rates and encoding as specified for the receiver above. Data injection test: ability to inject test signals and modulated test signals into serial bit data stream to perform end-to-end system diagnostics and performance verification. Supports computer command and control interface from a local workstation via an IEEE-488 interface (required) and RS422 Interface (Optional). RF output I/F Frequency: 720.0 MHz. This requirement is a full and open competition. The associated standard industrial classification code is 8711. The small business size standard is $20M in sales per year, averaged over a three-year period preceding the current year. All CLINs described below are firm-fixed-prices. Prices shall include, but are not necessarily limited to, all direct and indirect costs related to receipt and assembly of components, inspection, integration, testing, quality assurance, commercial warranty, electronics schematics and drawings, delivery and acceptance. These same prices also contain the allocation of other direct costs such as travel, postage, S&H, materials, components, literature, and licenses. Prices also shall include any administrative costs, and profit or fee. The Contractor selected by the Government shall deliver the following quantities in accordance with a firm schedule of "days after receipt of order" (DARO). This DARO schedule shall be submitted in tandem with each priced item. Delivery shall be F.O.B. Destination to the Naval Research Laboratory (NRL), Washington, D.C. Following the Government's operational systems test at the NRL, with the Contractor's support, the items shall be shipped at Government expense to the NOAA/CDA, 1300 Eisele Rd, Fairbanks, AK 99712-6522. Priced CLINs follow: CLIN 1001 Space Data Receiver, $___. This CLIN 1001 includes the following components, Sub-CLINs A through I, which the Offeror is requested to discretely price. The rolled up price includes the Sub-CLIN A-I components, plus all commercial warranties, shipping F.O.B. Destination, installation, integration, and test support at the NRL, and all direct, indirect and other direct costs of workmanship, administrative costs and profit, to ensure operability IAW the unit's commercial performance specifications (note: offerors are permitted to enter "not-separately-priced (NSP)" in Sub-CLINs 1001-A-I; however, the Government desires this information if available) : Sub-CLIN 1001-A, Two S-Band Inputs: $ ; Sub-CLIN 1001-B, 720 MHz Input: $ ; Sub-CLIN 1001-C, Selectable SQPSK or QPSK Demodulator $__; Sub-CLIN 1001-D, Selectable Data Rates: 25.6mbps, 51.2 mbps, and 70 mbps: $ ; Sub-CLIN 1001-E, Viterbi Decoder (1x1):$ __; Sub-CLIN 1001-F, Differential Decoding (Selectable NRZ-M to NRZ-L): $__; Sub-CLIN 1001-G, Installation, integration, and technical support to a 48-hour continuous test at the NRL prior to June 30, 2001: $___; Sub-CLIN H, Three (3) copies on electronic (CD-ROM) media, of equipment schematic, trouble-shooting and miantenance diagrams and guidelines, and parts lists $ ; and Sub-CLIN 1001-I, Licensing of All Hardware, Software and Firmware used in operations of said equipment: $__. CLIN 1002, Universal Test Modulator w/ Tunable X-Band test inject in frequencies of 7800 MHz and 8075 MHz) and RF output I/F Frequency 720.0 MHz (see above): $__. CLIN 1003, Travel to Government Facility for Program Requirements Review, if required, to Discuss: e.g., design interfaces, data throughput demands, comms. interfaces; spacecraft transmitter characteristics, and recommended high failure rate spare components: $__. CLIN 1004, Training and Written Materials and Operational/Maintenance Manuals for 10 Staff at Fairbanks, AK Installation Site (July 2001 timeframe): $__; CLIN 1005, Recommended Spare Components (include MTBF if known and price/list separately): $__. CLIN 1006, Priced Maintenance and Technical Support Agreement Effective Following Warranty Period (desired to be 12-Months): $__. CLIN 1007, Priced, and Extended Warranty Period (specify term-1-5 years is desirable in annual priced installments): $__. Delivery Schedule for all Items is 7 Months ARO. The Contractor shall demonstrate Full Operational Capability with the delivered equipment at the NRL by June 30, 2001. The Government estimates that the Firm-Fixed-Price for non-optional items (CLINs 1001, 1002, and 1003), for which award will be made, is between $200,000 and $220,000. The CLINs 1004 through 1007 are optional items that may be ordered unilaterally by the Government under the options clause. Standard, customary commercial warranties are acceptable; supplemental extended warranties are desirable. The proposed express warranty shall specifically identify the warranted items and the length of warranty, and include the procedure for repair and replacement of failed items. The Government desires a period of 6 months whereby latent defects may be repaired or replaced by the Contractor within a reasonable period following discovery (desired repair within 14 days), at no additional cost to the Government, without affecting the warranty. In addition to the acceptance terms set forth in the clause made a part of the proposed contract, 52.212-4, acceptance of this "complex commercial item" shall also require it to demonstrate continuous simulated operations at the NRL using all component interfaces over a period of 48 hours. Clauses referred below can be seen in their full text at http://www.arnet.gov/far/loadmain.html. Contract terms to be executed bilaterally with the selected contractor shall include the full text of: 52.212-4 and any addendum, such as the acceptance provisions; 52.212-5; and any exhibits supplied by the Parties that are necessary to conform to these specifications. The licensing agreement, if applicable, shall be added to the contract as an addendum. The Offeror is instructed as follows: 52.212-1. Evaluation and the award determination shall be made IAW FAR 13.106-2 and -3, which include, in order of importance for this best value selection: (1) Conformance to Specifications (30%); (2) Schedule Compliance (30%); (3) Past Performance -- unit performance, reliability, maintainability (30%); and (4) Warranty Terms (10%). Price is not scored, but will be a prevailing consideration, together with the ability to meet schedule, when evaluated technical scores are in relative proximity. Prices shall be evaluated by adding the total of all priced CLIN quantities (note CLINs 1001-A through 1001-H are under CLIN 1001). Offerors shall complete all prices, DARO schedules, the Standard Form (SF) 33, provide commercial terms if applicable, submit descriptive commercial product literature on the performance characteristics of the proposed equipment, identify any limited rights data, supply current names/addresses/phone #s of past performance customers (3 required), submit a certification that prices are current and based on established market prices, provide warranty terms, and complete and return 52.212-3, Offeror Representations and Certifications. Form SF-1449 is not required; it shall be substituted with the SF-33, or the SF-26. The Offeror shall execute a SF-33, which is available from the CO upon request. Respond with all information IAW the instructions herein by no later than 1300 local time, June 30, 2000, to the address and POC noted on this CBD. The Government may elect to make award without discussion; therefore, offerors are strongly encouraged to offer their most competitive prices in response to this solicitation. Any questions shall be submitted in writing or by e-mail to the Contracting Officer. No questions regarding this requirement may be made to any official other than the Contracting Officer. Posted 05/26/00 (W-SN459373). (0147)

Loren Data Corp. http://www.ld.com (SYN# 0288 20000601\59-0001.SOL)


59 - Electrical and Electronic Equipment Components Index Page