Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2004 FBO #1090
SOLICITATION NOTICE

16 -- WAVEGUIDE SWITCH

Notice Date
11/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG05089588Q
 
Response Due
12/3/2004
 
Archive Date
11/18/2005
 
Description
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)] for the design, test, and fabrication of one protoflight and one flight Ka-band Waveguide Transfer Switch for the SDO spacecraft. The Contractor shall manufacture and test hardware to meet the requirements of the Performance Specification for the SDO Ka-Band Waveguide Transfer Switch, 464-COMM-SPEC-0045. One (1) Protoflight Unit (tested to protoflight levels indicated in 464-COMM-SPEC-0045) and one (1) Flight Unit (tested to acceptance levels indicated in 464-COMM-SPEC-0045) shall be delivered. See Attachment C, Deliverable Items List and Schedule (DILS), for the complete list of Deliverables and Schedule. The contractor shall perform analyses of the technical and environmental requirements specified in the Performance Specification for the SDO Ka-Band Waveguide Transfer Switch, 464-COMM-SPEC-0045, to ensure compliance of the hardware fabrication and to assemble the documentation necessary to ensure its usability by NASA/GSFC users. Contractor should also be in compliance with the Statement of Work, 464-COMM-LEGL-0036 The SDO Ka Band Subsystem is a fully redundant Ka Band transmit system consisting of two Ka-band transmitters, two High Gain Antennas (HGAs), and a passive RF network including WR-34 waveguide and a Waveguide Transfer Switch (also referred to as ?Switch?). The Ka Band Subsystem interfaces with the C&DH subsystem (high rate data, command, and telemetry), Power subsystem (DC power), and Mechanisms (High Gain Antenna System or HGAS). A block diagram of the Ka Band Subsystem is shown in Figure 2.2-1. Contact Ms. Atkinson for an electronic copy of the Specs, SOW and Delivery Schedule. The NAICS Code and the small business size standard for this procurement are 334419 and 500 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/Goddard Space Flight Center is required in accordance with the specified delivery scheudle. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by December 3, 2004 by close of business (COB) to Cassandra Atkinson, NASA/Goddard Space Flight Center, Bldg. 26/Rm. 235, Code 210.8 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. 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 - is applicable. FAR 52.212-5 - is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Cassandra.K.Atkinson@nasa.gov no later than December 3, 2004. 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. Other critical requirementssuch as Delivery, Maintenance, etc shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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/eps/bizops.cgi?gr=D&pin=51 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#113401)
 
Record
SN00710469-W 20041120/041118212455 (fbodaily.com)
 
Source
FedBizOpps.gov 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.