Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

59 -- ANTENNA POSITIONER

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09313655Q
 
Response Due
9/24/2009
 
Archive Date
9/21/2010
 
Point of Contact
Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-5489, Email sandra.a.brickner@nasa.gov
 
E-Mail Address
Sandra A Brickner
(sandra.a.brickner@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This procurement is being conducted under theSimplified Acquisition Procedures (SAP). This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for: Qty 4 - Antenna PositionerBackground:This order is for FOUR (4) systems used for CTS system development. This includes threeoperational systems and one as a spare. Of the three operational systems, one systemwill operate at S-band which implies less rigorous pointing, tracking and loadrequirements. Two systems operate at Ka-band and are identical to each other. One Ka-bandsystem will be used at GRC, and the other at GSFC. The fourth spare system will be usedas an aid in mechanical build-ups / mock-ups and as an aid for control softwaredevelopment.In order to support interchangeability and improve maintainability, we have decided toproceed with the purchase of four identical units. We have written the specifications toaddress the more stringent Ka-band application. Qty 4 - Antenna PositionerMINIMUM TECHNICAL SPECIFICATIONS:This order is for a roof mounted antenna positioning system for use with conventionalcircular parabolic dish satellite antenna. The antenna is of a Cassegrain design withthe signal ports exiting from the rear center of the antenna. The nominal size of theantenna used with the positioner will be 1-meter in diameter and operate at Ka-band.Waveguide components and hardware will be mounted to the rear of the antenna and may beused as a counter weight.General: Shall be a two axis system with motion in azimuth (pan) and elevation (tilt) axis. Suitable for outdoor environments from a fixed location such as a flat roof. Suitable for transportable use, where the positioner may be relocated and installed atup to five (5) different locations per year. Ability to remain pointed at a fixed (static) position for up to 1-week at a time. Shall provide a sufficient mounting area / surface to minimize jitter / vibration forthe antenna system described above. NASA will provide the custom bracket required tomount the antenna and other hardware to the positioner.Mechanical:Load:Greater than or equal to 100 lbsTorque: Greater than or equal to 150 ft-lbsPositional Repeatability: 0.1Azimuth Range:360 ( 180)Azimuth Speed:Variable speed, 0.5/sec (min) to 5/sec (max)Azimuth Readout: 0.05Elevation Range:0 to 100Elevation Speed:Variable speed, 0.5/sec (min) to 2.5/sec (max)Elevation Readout: 0.05Backlash:Adjustable to 0Environment:Operational Temperature Range:-30 C to +55 CAtmospheric Pressure:Up to 10,000 feetRelative Humidity:100% condensingShock and Vibration (non-operating: Normal handling by commercial carriersPower:Voltage:115 VAC, 60 HzPower Consumption:< 200 VARemote Control: The positioner shall be remotely controlled via at least one of the following standardcommunication interfaces: 1) Ethernet, 2) RS-232 or RS-422 or RS-485. An Ethernetinterface is preferred. Note: NASA will be using a fiber optic cable to remotely controlthe positioner. Therefore multi-wire control cables are not acceptable. NASA will providethe above electrical interfaces at each end of the fiber optic control cable. Shall include PC based software to provide basic control and monitoring functionalityduring setup and check out. Preset Positions Shall be able to save and recall a minimum of four (4) presetpositions. Shall include sufficient documentation for the communication protocol used to enableNASA to write custom software for remotely controlling and monitoring the positioner.Delivery of the item shall be to the NASA Glenn Research Center, 21000 Brookpark Road,Cleveland, Oh 44135. The provisions and clauses in the RFQ are those in effect through FAC 2005-36. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by September 24, 2009, COB, and may beemailed to Sandra.A.Brickner@nasa.gov or faxed to (216) 433-5489 and must include,solicitation number, proposed delivery schedule, discount/payment terms, warrantyduration, taxpayer identification number (TIN), CAGE code, DUNS Number, identification ofany special commercial terms, and be signed by an authorized company representative. All contractual and technical questions must be in writing (e-mail or fax) to SandraBrickner not later than September 23, 2009. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-28 Post Award Small Business Program Representation19.308(d), 52.222-3, Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, Child Labor -Cooperation with Authorities and Remedies (AUG 2007) (E.O. 13126), 52.222-21, Prohibitionof Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007) (E.O.11246), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C.793), 52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts),52.225-1, Buy American Act - Supplies (JUN 2003) (41 U.S.C. 10a-10d), 52.232-34, Paymentby Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31U.S.C. 3332). 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.htm Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. http://genesis.gsfc.nasanote.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09313655Q/listing.html)
 
Record
SN01963883-W 20090923/090922000523-086605ab187eba7c91ca4b3c90092c78 (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.