Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2018 FBO #6116
SOLICITATION NOTICE

D -- Radio Frequency Channel Emulator (RFCE) - Scan of Statement of Work

Notice Date
8/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
80ARC018Q0008
 
Point of Contact
Daniel "Paden" Chang, Phone: 6506040395, Uyen Tu, Phone: 6506044958
 
E-Mail Address
daniel.p.chang@nasa.gov, uyen.k.tu@nasa.gov
(daniel.p.chang@nasa.gov, uyen.k.tu@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Scan of Statement of Work This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for radio frequency channel emulator (RFCE). Statement of Work 1. INTRODUCTION NASA Ames Research Center has identified autonomous swarms of rovers, drones, and spacecraft as an important architecture/technology that can enable new types of missions, expand capabilities of existing technologies, and reduce costs of hardware and operations. The center currently has two projects to develop enabling technologies for swarms: Connected, Autonomous, Smart Aerospace Systems (CASAS), a center directed activity to build up the infrastructure, process, and capability of autonomous swarms for space and aeronautics; and Starling, a Small Spacecraft Technology Program (SSTP) and Space Technology Mission Directory (STMD) funded mission to develop technologies that enable autonomous swarm operations. The fundamental capability for any swarm operation is the ability for all the nodes (individual satellites or drones) to communicate with each other, much like we can using the internet or cell phones. Traditional communication between nodes in aerospace has been achieved by specialized protocols and hardware or managed through ground operations. Both approaches are difficult to adapt and expensive to scale for large numbers of nodes. New approaches are needed to enable network communications on a swarm that is flexible and robust. Code TI has a requirement to develop a radio frequency (RF) communication system for swarms of spacecraft and drones in support of Starling and CASAS. Due to regulation requirements and difficulty simulating realistic RF communication, an advanced RF channel emulator is needed. The projects will use the channel emulator as a testbed to develop Mobile Ad-hoc NETwork (MANET) solutions for these missions. The emulator will enable the projects to evaluate communication protocols, estimate swarm capabilities, test and mitigate risks prior to flight, and run realistic simulations using flight-like hardware in high-fidelity models of the environment. The simulations include scenarios to test the effectiveness of the hardware and protocols while performing mission activities. 2. SCOPE Requirements The channel emulator must have the following features in order to test the MANET: - Support frequency bands found in space and terrestrial applications • Preferably 100MHz to 12GHz • Accept 100MHz to 4GHz (S-Band) - Support bandwidth up to 200MHz - Support at least 16 RF nodes • Upgradable to reduce initial costs and allow expansion at later date  Fully configured system support 96+ RF - Allow customizable protocols - Interface with simulation tools for realistic communication in mission scenarios - Model and emulate physical effects found in aeronautics and space based communication • Propagation delays • Doppler effects • Interference • Power dissipation - Work with Common Open Research Emulator (CORE) and Extendable Mobile Ad-hoc Network Emulator (EMANE) for reuse of existing network models • Integrate and model virtual nodes for large scale simulations - Documentation to include • Users Manual • Application Programming Interface (API) Documentation Deliverables: - A channel emulator which meets all the requirements above. - A 12-month technical support services. 3. PERFORMANCE PERIOD/ DESIRED DELIVERY DATE Delivery by: 11/30/2018 Technical Support period: 11/30/2018 - 11/29/2019 This procurement is a full and open requirement. The NAICS Code and the small business size standard for this procurement are 541715 and 1000 employees respectively. The offeror shall state in their offer their size status for this procurement. Offerors must have current registration and Representations and Certifications in the website www.sam.gov, and provide the firm's DUNS number with their offer. Quotes for the RFCE shall be Firm Fixed Price (FFP) and be inclusive of FOB Destination, Delivery to NASA Ames Research Center, Moffett Field, CA 94035. Offers for the item(s) described above are due by Tuesday September 4, 2018, 4:30 p.m. PST, to Daniel "Paden" Chang, Contract Specialist, at daniel.p.chang@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery period, discount/payment terms, warranty duration (if applicable), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: https://app_gsagov_prod_rdcgwaajp7wr.s3.amazonaws.com/SF1449-12a2.pdf. All responsible sources may submit an offer, which shall be considered by the agency. FAR 52.212-1 (JAN 2017), Instructions to Offerors-Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation Commercial Items (OCT 2014), Selection and award will be made to the lowest priced, technically acceptable offeror. In order to be found technically acceptable the offeror must provide the following: 1) All quoted items must meet or exceed the specification criteria set forth; and 2) offeror must show the ability to deliver the items within 60 calendar days from award. Technical acceptability will be determined by a review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Those offerors providing an item "equal" to the stated requirement must provide descriptive literature showing the item meets the specifications in accordance with FAR 52.211-6, Brand Name or Equal or be considered non-responsive. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2017). FAR 52.212-4 (JAN 2017), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUL 2018), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are also incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt I), 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small Business Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunity for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American-Supplies, 52.225-13 Restrictions on certain foreign purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 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.html 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/pub_library/Omb.html Prospective offerors shall notify this office of their intent to submit an offer. 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/ARC/OPDC20220/80ARC018Q0008/listing.html)
 
Place of Performance
Address: NASA Ames Research Center, Moffett Field, California 94035, Mountain View, California, 94035, United States
Zip Code: 94035
 
Record
SN05045503-W 20180822/180820231139-3ecc33634ad7ba4ff71570677dae4aae (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.