Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

59 -- KA-BAND 100 WATT POWER AMPLIFIER

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09305053Q
 
Response Due
9/11/2009
 
Archive Date
9/3/2010
 
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone 216-433-2756, Fax 216-433-5489, Email Marilyn.D.Stolz@nasa.gov
 
E-Mail Address
Marilyn D. Stolz
(Marilyn.D.Stolz@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for: ITEM 1, Qty. 2,KA-Band 100 Watt Power Amplifiers; and ITEM 2, Qty. 1, Documentation.ITEM 1 shall meet the salient characteristics listed below::This procurement is for an outdoor (roof) mounted Ka-band amplifier.1. Frequency Range: 25.25 GHz to 27.50 GHz. (TDRSS KaSA "Return" band).2. Power Output (Rated): 100W minimum (at P1dB gain compression). This specificationshall be met without using a linearizer. (We will operate over a variety of output powerlevels).3. Input Power Level: -20 dBm to +5 dBm.4. Duty Cycle: 100% duty cycle.5. Gain Adjustment: +30 dB to +70 dB adjustable in 1 dB or smaller steps.6. Gain Variation: < 2.0 dB (peak min) over any 650 MHz bandwidth. (The maximumsignal bandwidth is 650 MHz.)7. Gain Variation: 0.04 dB/MHz max.8. Gain Stability: 0.25 dB over 24-hours.9. Intermodulation: -18 dBc max (for two equal input signals at 100W total outputpower).10. Receive Band Noise: -150 dBW/4 KHz max over 22.55 GHz to 23.55 GHz (TDRSS KaSA"Forward" band).11. Operating Temperature Range: -50 C to +70 C.12. Non Operating Temperature Range: -40 C to +50 C.13. Humidity: Up to 100% Condensing.14. Altitude: < 10,000 feet MSL.15. Power: Shall operate at any input voltage between 100 to 260 VAC and frequencybetween 47 to 63 Hz.16. Remote Monitoring / Control: The unit shall be capable of remote monitoring andcontrol. This includes the following minimum functions: a) remote turn on / warm up, b) turn off / cool down, c) monitoring of output power, d) gain control, e) monitoring ofcase temp and key operating voltages. 17. Remote Monitoring / Control Interface: The preferred monitor and control interface isEthernet using the IP protocol. Common serial protocols such as RS-232, RS-485, areacceptable. The use of other protocols is unacceptable. The power amplifier shall includethe necessary Remote Control Unit and/or PC based software to remotely control the poweramplifier.18. Transportability: The power amplifier shall be suitable for transportable use. Thepower amplifier may be moved from location to location up to five (5) times/year.Transport shall use standard commercial shipping services (UPS/FedEx, etc.).19. Shock and Vibration: Suitable for standard commercial shipping services.20. High Reliability: The risk of in-the-field failure of the power amplifier must bemitigated with a high MTBF, and permit easy in-the-field replacement.ITEM 2: DOCUMENTATIONOne set of comprehensive manuals, including schematics, which may include but is notlimited to user, system, troubleshooting, and maintenance.The provisions and clauses in the RFQ are those in effect through FAC 2005-36.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 334220 and750 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery of ITEMS 1 and 2 to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland,OH 44135 is required within 6 months ARO. Delivery shall be FOB Destination.NOTE for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Offers for the items(s) described above are due by September 11, 2009, 4:30 p.m. localtime and may be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-305,Cleveland, OH 44135 and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1 are as follows: None.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None.FAR 52.212-5 (SEP 2009), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct. 1995)(41 U.S.C. 253g and 10 U.S.C. 2402, 52.219-4 Notice of PriceEvaluation Preference for HUBZone Small Business Concerns (July 2005)(15 U.S.C. 657a),52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644), 52.219-8Utilization of Small Business Concerns (MAY 2004)915 U.S.C. 637(d)(4), 52.219-14Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14), 52.219-28 Post Award SmallBusiness Program Representation 19.308(d), 52.222-3, Convict Labor (Jun 2003) (E.O.11755), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26,Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-36, Affirmative Action for Workers withDisabilities (Jun 1998) (29 U.S.C. 793), 52.222-35, Equal Opportunity for SpecialDisabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept.2006)(38 U.S.C. 4212), 52.222-37, Employment Reports on Special Disable Veterans,Veterans of the Vietnam Era, and Other Eligible Veterans (Sept. 2006)(38 U.S.C.4212),52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec.2004)(E.O. 13201), 52.225-13, Restrictions on Certain foreign Purchases (Jun 2008)(E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Controlof the Department of the Treasury), 52.222-50, Combating Trafficking in Persons (Aug2007) (Applies to all contracts), 52.225-1, Buy American Act - Supplies (Jun 2003) (41U.S.C. 10a-10d), 52.232-34, Payment by Electronic Funds Transfer - Other than CentralContractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Marilyn D.Stolz not later than September 8, 2009. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09305053Q/listing.html)
 
Record
SN01939249-W 20090905/090904000544-7db9767da88e8f171026b7325fb0ff6a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.