Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
SOLICITATION NOTICE

66 -- S-BAND NOISE INSERTION UNIT

Notice Date
3/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10332278Q
 
Response Due
3/19/2010
 
Archive Date
3/11/2011
 
Point of Contact
Scott D Haumesser, Contract Specialist, Phone 216-433-6195, Fax 216-433-2480, Email scott.d.haumesser@nasa.gov
 
E-Mail Address
Scott D Haumesser
(scott.d.haumesser@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 by FAR Part 13, withadditional information 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 two S-band NoiseInsertion Units and an option for up to two additional S-band Noise Insertion Units thatmeets the following specifications. (If the contractor proposes multiple components inorder to meet the specifications the contractor shall combine them into a single systemwith a single price.)The noise units will be used to add Additive White Gaussian Noise (AWGN) to a modulatedsignal.1.0Minimal Technical Specifications1.1Input1.1.1RF Connector: 3.5mm SMA, or N1.1.2Impedance: 50 Ohm1.1.3Input power: 0 dBm to -40 dBm1.1.4Frequency Range: 2.0 to 2.4 GHz1.1.5Attenuation: At least 50 dB in 0.5 dB step size1.1.6VSWR less than 1.51.2Output1.2.1RF Connector: 3.5 mm SMA, or N2.2.2Impedance: 50 Ohm1.2.3Combined Signal and Noise1.2.4VSWR less than 1.51.3Noise Source1.3.1AWGN1.3.2Flat across 2.0 to 2.4 GHz, +/- 1 dB1.3.3Not upconverted1.3.4Attenuation: At least 50 dB in 0.5 dB step size.1.4Control1.4.1Front panel control 1.4.2Remote control interface: GPIB or Ethernet.1.4.3Ability to measure signal and automatically set noise level for given Eb/No, C/N,C/No with an accuracy of 0.2 dB RSS or better.1.5Mechanical1.5.1Mounting: 19 rack mount brackets2.0Manuals - One instruction/maintenance manual shall be included.3.0Option Items - Not more than two S-band Noise Insertion Units that meet the abovespecifications.The provisions and clauses in the RFQ are those in effect through FAC 2005- 38 Thisprocurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334515 and500 employees.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 to NASA Glenn Research Center, 21000 Brookpark Rd. Cleveland, Ohio 44135 isrequired within 42 days ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by March 19, 2010, 4:30pm local time(DST) to NASA Glenn Research Center, 21000 Brookpark Rd. Cleveland, Ohio 44135, ScottHaumesser MS 500-319 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.The SF1449 form is attached.Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. 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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, 52.222-6, 52.219-14, 52.219-19, 52.222-21,52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-15, 52.225-1, 52.225-13,52.232-33, 52.247-64.Other clauses that apply: 52.217-5, Evaluation of Options (July 1990) Except when it isdetermined in accordance with the FAR 17.206(b) not to be in the governments bestinterests, the Governments best interests, the Government will evaluate offers for awardpurposes by adding the total price for all options to the total price for the basicrequirement. Evaluation of options will not obligate the Government to exercise theoption(s). 52.217-7, Option for Increased QuantitySeparately Priced Line Item (Mar1989) - The Government may require the delivery of the numbered line item, identified inthe Schedule as an option item, in the quantity and at the price stated in the Schedule.The Contracting Officer may exercise the option by written notice to the Contractorwithin one year. Delivery of added items shall continue at the same rate that like itemsare called for under the contract, unless the parties otherwise agree. 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) toscott.d.haumesser@nasa.gov 216-433-2480 not later than March 15, 2010. Telephonequestions 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 and Best Value. Best Value consideration: if the noisegenerator contains any of the following capabilities it may be considered a better valueand merit award at a reasonably higher price over other offers that do not contain thesefeatures. 1. The carrier can be set to interferer ration. 2. A broader frequencyrange than the 2.0 to 2.4 GHz.It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer or have their repsand certs registered in the ORCA webpage https://orca.bpn.gov/. These may be obtainedvia the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf.These representations and certifications will be incorporated by reference in anyresultant contract.An ombudsman has been appointed -- See NASA Specific Note 'B'.It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://nais.msfc.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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10332278Q/listing.html)
 
Record
SN02090183-W 20100313/100311235505-fc2e0c6a4964bacae405eaafb6dcb643 (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.