Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2011 FBO #3525
SOLICITATION NOTICE

66 -- 500 WATT BROADBAND RADIO REFREQUENCY POWER AMPLIFIER

Notice Date
7/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ11391344Q
 
Response Due
7/25/2011
 
Archive Date
7/18/2012
 
Point of Contact
Christopher Anzures, Contract Specialist, Phone 281-483-4164, Fax 281-483-4066, Email christopher.anzures@nasa.gov - LaToy J. Jones, Contracting Officer, Phone 281-244-8023, Fax 281-483-4066, Email latoy.j.jones@nasa.gov
 
E-Mail Address
Christopher Anzures
(christopher.anzures@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 a 500 Watt (W)Broadband Radio Frequency (RF) Power Amplifier unit. NASA requires a solid-state, widebandwidth, 500W RF power amplifier with a nominal 220 Vac 1-phase, 60 Hz input powersupply with forced air cooling for JSCs Advanced Electric Propulsion Laboratory. This RFamplifier system shall provide up to 57 decibel (dB) power gain between its RF input andoutput while providing a maximum output power of up to 500W across a dynamic frequencyrange of 10 kHz-to-220 MHz with no band switching, using a 50 Ohm impedance RF outputtransmission line. The offeror shall also provide output power and voltage standing waveratio (VSWR) monitoring instrumentation using a front panel display. It shall operatewithout damage or oscillations with any applied load impedance from short circuit to opencircuit. The amplifier shall reproduce AM, FM, or pulse modulation appearing on the inputsignal of the amplifier over its entire operating frequency range. The provisions and clauses in the RFQ are those in effect through FAC _2005-53This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334419 and500 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 to Johnson Space Center is required within 8 weeks ARO. Delivery shall be FOBDestination.Offers for the items(s) described above are due by July 25, 2011 to La Toy Jones andChris Anzures via the email addresses listed below and must include, solicitation number,FOB destination to this Center, proposed delivery schedule, discount/payment terms,warranty duration (if applicable), taxpayer identification number (TIN), identificationof any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-7, 52.204-10, 52.219-6, 52.219-28, 52.222-3,52.222-19,52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-2, 52.225-13, 52.232-33, NFS1852.215-84, 1852.225-70, 1852.237-73.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)to La Toy Jones andChris Anzures not later than July 21, 2011. Telephone questions will not be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement.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 andprice. It is critical that offerors provide adequate detail to allow evaluation of theiroffer.(SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (MAY 2011), 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. These representationsand certifications will be incorporated by reference in any resultant contract.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=73. 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/JSC/OPDC20220/NNJ11391344Q/listing.html)
 
Record
SN02501954-W 20110720/110719000151-24ef2cc5c774f958ff134d6d2b95dfa4 (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.