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