Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
SOLICITATION NOTICE

59 -- ANALOG AND DIGITAL MATRIX SWITCHES

Notice Date
7/24/2012
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK12441867Q
 
Response Due
8/7/2012
 
Archive Date
7/24/2013
 
Point of Contact
Gloria Annetta McIntosh, Contract Specialist, Phone 321-867-1270, Fax 321-867-2825, Email gloria.a.mcintosh@nasa.gov
 
E-Mail Address
Gloria Annetta McIntosh
(gloria.a.mcintosh@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/KSC has a requirement for Apogee Labs ANALOG AND DIGITAL MATRIX SWITCHES as described below: QTY DESCRIPTION 1 - AL2202 AL2202 32x32 100MHz Analog Switch 2 - AL2073-014 2073-014 Interface 3.5' chassis (LEDs/chnl no FP switches) 14 - IOC560 IOC560 TTL to Fiber 14 - IOC562 IOC562 Fiber to 2 TTL / Fiber out 1 - 2273-101 2273-101 Digital Switch Chassis (Switch Case 256x256) 1 - 2273-201 2273-201 Digital Switch Controller Chassis 9 - 2273-301 2273-301 Digital Switch 16 Chnl TTL Input Module 3 - 2273-302 2273-302 Digital Switch 16 Chnl RS422 Input Module 6 - 2273-401 2273-401 Digital Switch 16 Chnl TTL Output Module 10 - 2 2273-402 2273-402 Digital Switch 16 Chnl RS-422 Output Module 2 - 2273-303 2273-303 Digital Switch16 Chnl Analog Input Module 2 - 2273-403 2273-403 Digital Switch 16 Chnl Analog Output Module NASA/KSC intends to purchase the items from Apogee Labs 210 S. Third Street, North Wales, PA 19454 Pursuant to FAR 13.106(b)(1)(i), for the acquisition of supplies or services determined to be reasonably available from only one source. Competition is impractical for the following reasons: 1. Existing experience RFTS has been prototyping a data switching network and has had a number of vendors data switching equipment on loan for evaluation and testing purposes over the past several months. The Apogee Labs equipment was determined to provide the best compatibility with existing hardware, technical results, and performance.The use of Apogee matrix switches is used throughout KSC and Cape Canaveral Air Force Station (CCAFS) by multiple organizations including the NASA IT communications organizations and the Air Force Eastern Range. Engineering and operations personnel in the RFTS have been trained in the configuration, operation and maintenance of the equipment. Additional time and cost would have to be spent in order to address these issues if a different equipment provider is utilized. The Apogee Labs equipment offered the best configuration option of all the equipment evaluated. The configuration is referring to the number and type of data ports (analog/digital) available in their chassis. 2. Configuration - The RFTS switch requirements were either too large for some vendors whose equipment did not offer the needed number/type of ports, or the vendor number of ports was too large for the RFTS requirement. Additionally, this equipment is required to be under configuration management. Procedure documentation and design documentation would be impacted if a change in equipment vendor occurs, impacting both cost and schedule. 3. Compatibility the RFTS consists of equipment and software that requires the devices to be able to interoperate with each other. The configuration, operation, and maintenance of this equipment allows for a consistent and compatible operation of this equipment in the RFTS.A number of equipment vendors data switches were unable to perform with the existing RFTS equipment and software environment without significant changes to other external systems. Engineering has extensive prior background in the development, configuration and programming of these systems. Some of which took over a year to develop. Therefore, a new system would require additional time and training for engineering to begin to utilize a different system just to achieve where we are today with the existing system knowledge. Changing this equipment would require additional efforts in the areas identified above to change existing software, procedures and documentation. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on August 7, 2012. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK12441867Q/listing.html)
 
Record
SN02813978-W 20120726/120725000658-9fed6b63c903b315a152dd277e7d4b04 (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.