Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 12,2000 PSA#2640

NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273

58 -- MOTOROLA (BRAND NAME OR EQUAL) URC-200 DUE 072100 POC Teresa M Hass, Contract Specialist, Phone (661) 258-2164, Fax (661) 258-2291, Email teresa.hass@dfrc.nasa.gov -- Dianne Thompson, Contract Specialist, Phone (661) 276-5443, Fax (661) 276-2904, Email dianne.thompson@nasa.dfrc.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#P0FR11006. E-MAIL: Teresa M Hass, teresa.hass@dfrc.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). This is a Brand Name or Equal Acquisition. NASA Dryden intends to procure the following Brand Name or Equal Motorola URC-200 items: Item 1 -- URC 200 Transceiver Pn. 01-P36744M001 or equal QTY. 5 each Item 2 -- PTHS-110 Handset Pn. 01-P04535L001 or equal QTY. 2 each Item 3 -- UPA-50 Power Amp. Pn. 01-P34364E001 or equal QTY. 6 each Item 4 -- X Mode connector Pn. MS3116F16-26P or equal QTY. 8 each Item 5 -- UPL-100 Private line Pn. 01-P34990E001 or equal QTY. 5 each Item 6 -- EBN-400 400-420 Mhz Pn. 01-P39234 or equal QTY. 5 each The following are the salient characteristics of theMotorola URC-200 items: Frequency Range 115 -- 173.9875, 225 -- 420 Mhz Tuning Increments 12.5 kHz, 25 kHz Modulation AM or FM Modulation Range AM 60 to 90 %, FM 3.3-6.5 kHz Power +22 to +30 Vdc / 115 Vac Operating Modes Plain Text, Cipher Text, Half Duplex, Scan mode, FM PL Audio Response PT: 300-3000 Hz., CT: 30-10.24 Hz. Impedance 50 Ohms Squelch Manual Adjust RF Power Output 50 Watts Fm, 25 Watts AM Operating Temperature -30 C to +50C VSWR Tolerance 1.3 nominal Load Protection No damage due to open or short circuits on antenna port. Transmit power reduction for VSWR over 2:5:1 Frequency Accuracy +/-0.0005% Receive Sensitivity < -103 dBm (10dB Sinad) Squelch Range -80 to -110 dBm Image Response 80 dB down Spurious Response 80 dB down Spurious Outputs 70 dB down Harmonic Outputs 40 dB below CW carrier Preset Channels 10 Remote Control RS232 In the event the contractor offers articles pursuant to the brand name or equal provision of this solicitation, the Contractor guarantees that the articles supplied will meet the salient characteristics. To be considered for award, offers of "equal" products of the brand name manufacturer, must (1) Meet the salient characteristics specified in this solicitation; (2) clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to a previously furnished descriptive data or information available to the Contract Specialist; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the soliciation requirements. Mark any descriptive literature material to clearly show the modification. The Contract Specialist will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contract Specialist. The Contract Specialist is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that it will provide the brand name referenced in the solicitation. The provisions and clauses in the RFQ are those in effect through FAC 97-18. The SIC code and the small business size standard for this procurement are 3663 and 750 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 to NASA Dryden Flight Research Center is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by July 21, 2000 at 4:00p.m. PST and may be mailed or faxed to NASA Dryden Flight Research Center, M/S D-1422/Dianne Thompson, P.O. Box 273, Edwards, CA 93523-0273 and Fax number (661) 276-2904 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE CODE number, VETS-100 Ceritfication, 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. Addenda to FAR 52.212-4 are as follows: FAR 52.211-6 Brand Name or Equal FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: FAR 52.222-3, 52.233-3, 52.225-13, 52.203-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, and 52.232-34 The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS 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 July 18, 2000. 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 NASA Specific 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=24 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note B. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 07/10/00 (D-SN473038). (0192)

Loren Data Corp. http://www.ld.com (SYN# 0252 20000712\58-0006.SOL)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |


Created on July 10, 2000 by Loren Data Corp. -- info@ld.com