Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2010 FBO #3309
SOLICITATION NOTICE

59 -- OUTDOOR S-BAND POWER AMPLIFIER

Notice Date
12/14/2010
 
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
NNC11367413Q
 
Response Due
12/30/2010
 
Archive Date
12/14/2011
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov - Amparo M Gil, Student Trainee, Phone 216-433-2296, Fax 216-433-2480, Email amparo.m.gil@nasa.gov
 
E-Mail Address
Bernadette J. Kan
(Bernadette.J.Kan@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 one (1) each S-BandPower Amplifier as follows:The Power Amplifier shall be mounted outdoors close to the antenna, and shall be fullyexposed to the environment. A typical installation might be on top of a commercial roof,or paved surface with limited/restricted access. The Power Amplifier shall supporttransportable use as it will be periodically moved and used from different locations.Once installed at a specific location, the Power Amplifier will be used from thatlocation for typically 2 to 12 months. The Power Amplifier may be used in foreigncountries and shall operate using international line (mains) voltages and frequencies.The Power Amplifier shall operate in full sunlight (solar radiation) or nighttimedarkness, from arid desert climates or locations which experience full condensingmoisture including snow and ice. The Power Amplifier shall operate over the temperatureextremes described in the section below. The Power Amplifier shall be monitored and controlled (M&C) using a NASA providedWindowsTM based PC. The physical layer connection between the M&C PC and the PowerAmplifier shall be Ethernet based and support 10BASE-T or 100Base-TX.DETAILED TECHNICAL SPECIFICATIONS:The SSPA shall meet the following minimum specification:Operate over the 2,200 MHz to 2,300 MHz frequency band; Output Power: 100-Watts minimumat 1 dB gain compression; Duty Cycle: 100 %; Gain: 60 dB typical, a nominal -10 dBminput signal shall produce the full 100-watts output; Gain Flatness: is less than(<)plus/minus (+/-) 1.0 dB over full transmit band; Gain Slope: is less than (<)plus/minus (+/-)0.1 dB over any 10-MHz bandwidth; Internal Attenuator: Remotelycontrolled internal attenuator to reduce the maximum gain over a minimum 20dB range in 1dB or smaller steps; Shall include a Transmit Mute function to permit the RF to beturned off by remote control. In the OFF condition, the output signal shall be attenuatedby at least 50-dB; Receive Band Rejection: The receive band is 2,025 MHz to 2,120 MHz.Spectral power density within this band shall not exceed -155 dBW/4 KHz independent ofoutput power level; Unwanted emissions: For any narrowband or single frequency unwantedemission the required attenuation shall be at least 60 dBc; Input Connector: 'N' Female; Output Connector: 'N' Female;Operating Ambient Temperature Range: -40 degrees C (-40degrees F) to +60 degrees C (+140 degrees F); Power: 90 to 250 VAC, 50/60 Hz, SinglePhase, is less than (<)900 Watts average draw at rated output; Shall include a RFOutput sample port with a fixed coupling value between 25 to 45 dB below the actualoutput. (Actual value used is manufacturers option.); Control of the Power Amplifiershall be via standard 10Base-T or 100Base-TX Ethernet (physical) interface. A NASAprovided Windows TM PC will be used for monitor and control. If custom software isrequired for monitor and control of the Power Amplifier, Windows TM based PC softwareshall be included with each unit to monitor and control the power amplifier.Alternatively the Power Amplifier may be controlled via a common web browser (InternetExplorer, Firefox, etc.), or other standard applications (telnet, etc.) commonly found ona typical PC; Full documentation covering the communications protocol used to monitor andcontrol the Power Amplifier shall be delivered to allow NASA to write custom software formonitor and control; The following minimum control and monitoring functions shall besupported: 1) RF On/Off, 2)Read and adjust Gain, 3) Read and display measured outputpower, 4) Transmitter Temperature, 5) Alarm / Fault conditions and status including butnot limited to: a. power supply fault, b. high temperature alarm, c. low RF outputalarm. The provisions and clauses in the RFQ are those in effect through FAC 2005-46.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 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to GRC is required. Delivery shall be FOB Destination.Offers for the items(s) described above are due by midnight on 12/30/2010 to NASA GRC,ATTN: Bernadette Kan MS 60-1, 21000 Brookpark Road, Cleveland OH 44135, and mustinclude, 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 authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tmlOfferors 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. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.O.B. Destination. (NOV 1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR2002), 1852.225-70 Export Licenses. (FEB 2000), 1852.237-73 Release of SensitiveInformation. (JUN 2005)FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-10, Reporting Executive Compensation and First-TierSubcontract Awards (JUL 2010) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.219-6, Notice ofTotal Small Business Set-Aside (JUN 2003) (15 U.S.C. 644), 52.219-28, Post Award SmallBusiness Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). 52.222-3, ConvictLabor (JUN 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities andRemedies (JUL 2010) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB1999), 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-36, AffirmativeAction for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-50, CombatingTrafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-15, Energy Efficiency inEnergy-Consuming Products (DEC 2007) (42 U.S.C. 8259b), 52.225-1, Buy American Act -Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain ForeignPurchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office ofForeign Assets Control of the Department of the Treasury), 52.232-33, Payment byElectronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332),The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing (e-mail or fax) to BernadetteKan not later than 12/29/2010. 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 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. 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. Potentialofferors will 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/NNC11367413Q/listing.html)
 
Record
SN02343844-W 20101216/101214234357-f80b61334ad61c1c25fcef39b7c0d29d (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.