Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2000 PSA #2678
SOLICITATIONS

59 -- RADIO FREQUENCY AMPLIFIERS

Notice Date
August 31, 2000
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
ZIP Code
23681-0001
Solicitation Number
1-155-RCF.1084
Response Due
September 11, 2000
Point of Contact
Sharon V. Hare, Purchasing Agent, Phone (757) 864-2409, Fax (757) 864-6966, Email S.V.HARE@larc.nasa.gov -- Susan E. McClain, Contracting Officer, Phone (757) 864-8687, Fax (757) 864-8863, Email s.e.mcclain@larc.nasa.gov
E-Mail Address
Sharon V. Hare (S.V.HARE@larc.nasa.gov)
Description
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/LaRC plans to acquire radio frequency amplifier (Brand Name ENI 3200L or Equal) with the following specifications: 200 watts output from 250KHz to 120MHz, Output impedance 50 ohm resistive, gain of 55dB+/-1.5dB, overload protection more than 16 dB overdrive for all load conditions, AC power input 115/230 VAC, Harmonic distortion at full power to be no more than 20dB below 150 watts power. Input and output connectors shall be type N input, Inpedance shall be 50 ohms. Shall be ENI 3200L or equal. These amplifiers will be used in various applications including a broadband application where they will drive various lengths of tuned coaxial cables for capacitive driving applications. It is essential for this application (and the other applications) that the amplifier's output impedance remain fixed at (or very near) 50 ohms resistive throughout the amplifier's bandwidth and that the amplifier remain stable when driving the variety of complex impedances that are encounterd. The provisions and clauses in the RFQ are those in effect through FAC 97-19. The SIC code and the small business size standard for this procurement are 3679 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 to LaRC is required within 120 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 September 11, 2000 and may be mailed or faxed to Sharon Hare, NASA Langley Research Center, Mail Stop 126, Hampton, Virginia 23681 and fax number 757-864-6966 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. 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: 52.211-17 and 1852.215-84. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 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 September 8, 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=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
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-155-RCF.1084)
Record
Loren Data Corp. 20000905/59SOL008.HTM (D-244 SN492242)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on September 1, 2000 by Loren Data Corp. -- info@ld.com