Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2015 FBO #4933
SOLICITATION NOTICE

59 -- MICROWAVE COMMUNICATIONS LINK SYSTEM

Notice Date
5/26/2015
 
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
NNC15548645Q
 
Response Due
6/5/2015
 
Archive Date
5/26/2016
 
Point of Contact
Valerie D Daniel, Purchasing Agent, Phone 216-433-2327, Fax 216-433-8560, Email valerie.d.daniel@nasa.gov
 
E-Mail Address
Valerie D Daniel
(valerie.d.daniel@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is being issued as a Request for Quotations (RFQ) for 2(ea) MICROWAVE COMMUNICATIONS LINK SYSTEMS. Specifications include: The Microwave point-to-point equipment shall operate in the 6, 11, 18, and 23 GHz licensed microwave band spectrum providing a full duplex wireless Layer 2 native Ethernet connection with ultra low packet latency and jitter. The system must provide both 10/100/1000BaseT & fiber interfaces. The microwave system must be Split-Mount design incorporating an RF ODU, and a digital & modem sections IDU. The physical connection between ODU and IDU shall be LMR400 Coax. The microwave transmitter (ODU) must provide high transmit power and must be operable in extreme outdoor temperatures. The microwave backhaul link system shall, at a minimum, comply with the following requirements: General Parameters System must operate in the standard licensed 10.1-11.7 GHz frequency band. System shall use 0.6M parabolic antenna system System shall operate using adaptive modulation selectable: QPSk, 8PSk, 16QAM, 32QAM, 64QAM, 128QAM, 256QAM, 512QAM, 1024QAM System shall have a payload latency of about 200 micro seconds System shall support Cross Polarization Interference Cancellation in order to maximize channel planning flexibility System shall support physical Link Aggregation with load balancing System shall use automatic transmit power control and LDPC forward error correction System shall have a mean time between failures performance greater that 18 years System shall comply with FCC CFR47 Part 101 System shall comply with FCC/ANSI: FCC Part 15 Class A Unintentional Radiator System shall support Ethernet (IPv4 and IPv6) payload types Ethernet Parameters System shall support the following Quality of Service: 802.1p Port prioritization,Diffserv (DSCP),MPLS,Port mapping for traffic,Support for up to 8 Classes of Service (CoS), Bandwidth shaping per port and flow, Packet buffer 8 MB System shall support the following packet size: 64-9200 bytes System shall support AES-128 or AES-256 data security System shall have at least 4 gigabit payload interfaces. Management System shall have 2 level password security and authentication System shall include the following configuration and management features: Telnet, SSh, hTTPS, Console (RS232), SNMPv2 System shall have comprehensive management and monitoring capability Interfaces System shall have a minimum of 2x GigE RJ45 (10/100/1000BaseT) and 2x GigE Fiber / Copper SFP System shall have an Ethernet RJ45 10/100BaseT out-of-band management port System shall indicate Ethernet speed and activity for each port and RSSI status indicator System shall have console interface type DB9 RS232-115200, N, 8, 1 Power System shall operate using -40 to 72 VDC input power or 110 VAC Environmental System shall operate at the following temperature ranges: 14 to 131 F (-10 to +55 C) The provisions and clauses in the RFQ are those in effect through FAC _2005-81 This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334220,750 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Rd., Cleveland OH 44135-3191. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:30PM, June 05, 2015 to 21000 Brookpark Rd., Cleveland OH 44125-3191 and must include, 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 authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.219-6,52.219-28, 52.222-3, 52.222-19, 52.222-36, 52.223-18,52.225-1, 52.225-1352.232-33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Valerie Daniel not later than 4:00PM, June 3, 2015. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC15548645Q/listing.html)
 
Record
SN03741818-W 20150528/150526234404-469d0f1bdc75e0201cd01837930a5c49 (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.