Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2, 2000 PSA #2719
SOLICITATIONS

L -- LOW NOISE DOWNCONVERTERSW

Notice Date
October 31, 2000
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
RFQ-3-159344
Point of Contact
Kathleen A. Webb, Purchasing Agent, Phone (216) 433-6665, Fax (216) 433-2480, Email Kathleen.A.Webb@grc.nasa.gov
E-Mail Address
Kathleen A. Webb (Kathleen.A.Webb@grc.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). Summary description of LNB The application for these LNBs is to measure satellite beacon and sky temperatures to determine the propagation effect at V-band. This is a continuous measurement program -- 86400 seconds each and every day. Gain and noise figure stability is critical. To remove temperature effects the LNBs are mounted on a temperature controlled plate that is maintained at 50 C. The package size is shown on the attached outline drawing. The location of the RF input and the mounting holes is critical for the LNB to be used as a direct replacement for the existing units. The LO and IF uses flexible cables so their position is not as critical. The package must be the same as the existing unit. Inside the existing package there are 2 separate chambers. One chamber is for the LNA, Mixer and LO multiplier and the second smaller chamber contains the IF amplifiers, the SAW filter and the 5 volt voltage regulator for the LNAs. The smaller chamber is approximately 0.9 inches wide and about 1.1 inches long. This area is more than large enough for the IF section. The existing IF section PWB is a 0.91 x 1.0 inch board. With the IF section the overall RF to IF conversion gain is to be 25 to 27 dB. 41.4 GHz LNB ACTS RF Downconverter Specification The 41.7 GHz RF Downconverter shall conform to the following specification. These are the specification without the IF amplifier and SAW filter. Application: To receive a beacon signal from the satellite and sky noise for a radiometer. X RF Beacon Input Frequency: 41.40 GHz. X RF Bandwidth: 170 MHz (centered at 41.40 GHz). X Image Rejection: No rejection: up to 1 dB of imbalance between images. X IF Output Frequency: 70 MHz. X IF Filter Type: None (2). X IF Bandwidth: 40 MHz @ 3 dB down from mid-band. X LO Input Frequency: 10.3325 GHz (with internal 4 times multiplier prior to mixing.) X LO Input Power Requirement +12 to + 14 dBm . X Conversion Gain: 14 dB Min at 50.... C. X Noise Figure: 4 dB (DSB) or less. X Input Third Order Intercept: -30 dBm or higher. X Gain Compression Point (1 dB) Vendor specify. X RF Port VSWR: 2.0:1 maximum. X IF Port VSWR: 2.0:1 maximum. X LO Port VSWR: 3.0:1 maximum. X RF Port Connector: K female. X IF Port Connector: SMA compatible female X LO Port Connector: 3 mm SMA compatible female X Package (case) size: (3). X DC Power Input: +12 VDC at 300 mA (or less current.) X Specification Temperature Range: 45 0 C to 55 0 C. X Temperature Coefficient over Spec. Temperature Range: 0.1dB 0/C or less. X Survival Temperature Range: -20 0 C to +60 0 C or greater. Notes: (1) The unit must be stable for all input VSWR. (2) SAW Filter and IF amplifiers provided by Buyer. (3) Case outline must match Avantek's mounting holes and location of RF input connector. Avantek's outline drawing can be supplied by buyer. Other size and location changes must be pre-approved by buyer. (FOR A COPY OF ANY DRAWINGS, PLEASE CALL KATHLEEN WEBB @216-433-6665). The provisions and clauses in the RFQ are those in effect through FAC 97-16. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 33422 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 NASA-GRC is required within 212 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 11-13-00 C.O.B.4:30 P.M., NO EXCEPTIONS and may be FAX'D to KATHLEEN A. WEBB @ 216-433-2480. NO MAILED IN COPIES WILL BE ACCEPTED, NO EXCEPTIONS, 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 52.212-5 is applicable. 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 11-09-00. 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 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. If 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=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFQ-3-159344)
Record
Loren Data Corp. 20001102/LSOL001.HTM (D-305 SN5055X8)

L - Technical Representative Services Index  |  Issue Index |
Created on October 31, 2000 by Loren Data Corp. -- info@ld.com