Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22,1996 PSA#1727

NASA, Johnson Space Center, BE13, Houston, TX 77058

16 -- TRANSCEIVERS SOL 9-BE13-27-7-18P DUE 120996 POC Contract Specialist: Wendy Boudreaux, (713) 483-5338 Contract Officer: Lisa Rea Phillips, (713) 483-8395 NASA/JSC plans to issue a Request for Offer (RFO) for 4 TDRS/STDN compatible S-band transceivers in support of the X-38 Project. These units will be used in the S-band System on the X-38 vehicles in low-earth orbit to exchange data (command/telemetry/ voice) with ground operations via TDRS and STDN. Delivery of the first unit is required by Nov. 1997. Delivery of the additional units is required every 4 months thereafter. The manufacturer must have space flight heritage. Features of the transceiver include: 1. Built with high quality and reliable space-qualified commercial and/or Mil-B parts 2. Required to survive launch, on-orbit and landing environments (Temperature, Vibration, Shock, Radiation, RFI/EMI/EMC ) 3. Required to operate after put in an inactive mode in low-earth orbit for 6 4. months to a year 5. Programmable (at manufacturer) frequency, PN code (TDRS mode), mod index (STDN mode) 6. Health and status telemetry in a serial digital format 7. Discrete digital commands 8. Stable Temperature Compensated Crystal Oscillator 9. Low Receiver Noise Figure 10. Minimal Total Acquisition Time 11. Date Rate: TDRS mode: Return: upto 12 Kbps Forward: upto 6 Kbps 12. STDN mode: Downlink: upto 16 Kbps Uplink: upto 2 Kbps 13. Capacity to be easily modified to add the following options: DES decryption, convolutional and Reed Solomon encoding/decoding, and Mil Std 1553 interfacing See numbered Note 26. This procurement is being conducted under the NASA/JSC MidRange Pilot Test Program approved by the Office of Federal Procurement Policy on April 16, 1993. All responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed to hear concerns from offers and potential offerors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the ajudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Brian Duffy at 713-483-6050. Concerns, issues, and disagreements which cannot be resolved at the installation may be referred to the NASA ombudsman, Tom Luedtke at 202-358-2090. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in RTF format and will reside on a World-Wide Web (WWW) server, which may be accessed using client browsers, such as, MOSAIC or NETSCAPE. The WWW address, or URL, of the JSC Procurement home page is: ''http://www.jsc.nasa.gov/bd2/'' It is the offeror's responsibility to monitor this site for solicitation release. Potential offerors will be responsible for downloading their own copy of the solicitation. The RFO will be released on or about 12/9/96 OR 15 days after publication of the synopsis in Commerce Business Daily (CBD). If there are any questions, the contract specialist may be contacted via E-mail at Wendy.L.Boudreax@jsc.nasa.gov or by phone at (713) 483-5338 or the contracting officer may be contacted via E-mail at Lphilli@ems.jsc.nasa.gov or by phone at (713) 483-8395. (0325)

Loren Data Corp. http://www.ld.com (SYN# 0154 19961121\16-0004.SOL)


16 - Aircraft Components and Accessories Index Page