Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2010 FBO #2961
SOLICITATION NOTICE

59 -- KA BAND OVER FIBER TRANSMITTERS AND RECEIVERS

Notice Date
12/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10323072Q
 
Response Due
1/10/2010
 
Archive Date
12/31/2010
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov
 
E-Mail Address
Bernadette J. Kan
(Bernadette.J.Kan@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 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 ten (10) each "Ka-bandover Fiber" systems for antenna remoting of a Ka-band satellite communication systems.Traditionally coax or waveguide is used to carry Microwave (Ka-band) signals betweensubsystems in a communication system. This project has a 1000' requirement between theindoor equipment and the ground station antenna located outside. The 1000' requirementprohibits the use of coax or waveguide at Ka-band frequencies.Possible solutionsinclude up/down conversion to a much lower Intermediate Frequency (IF) such as 1.2-GHz,or the use of a Ka-band-Over-Fiber system. The primary application is carrying signals in the 22.55 to 23.55 GHz and 25.25 to 27.5GHz frequency bands. The signals used shall be limited in bandwidth to less than or equalto 650-MHz and may be located anywhere within the above two frequency bands. Secondaryuses include using this system at other frequencies. For example: L-band, S-band,Ku-band, or other higher Ka-band frequency bands.MINIMUM TECHNICAL SPECIFICATIONS: RF Input Power specification to be as low as possible,and the Spurious Free Dynamic Range needs to be a larger value to allow for margin. Delivery: Shall be delivered within 12-weeks ARO.ELECTRICAL / OPTICAL OVERALL LINK PERFORMANCE:Frequency Range: 0.05 MHz to 40 GHz, RFInput Power: 0 dBm to +25 dBm, Input P1dB greater than or less than +28 dBm, 2ndHarmonic: less than -45 dBc, Spurious Free Dynamic Range: greater than 105 dB/Hz, RFReturn Loss: greater than 10 dB (less than 1.9:1 VSWR), Gain Flatness:plus or minus0.75 dB over any 650 MHz bandwidth between 22.55 GHz and 27.5 GHz, Gain Slope: less than0.2 dB / 10 MHz.CONNECTORS/CABLES: Optical Connector Type: FC/APC, Fiber Cable Compatibility - SingleMode Fiber, Fiber Length: less than 1 Km, RF Connector Type: 2.92-mm ("K") female, RFConnector Impedance: 50-Ohm.ENVIRONMENT: Operating Temperature: -40degreesC to +70degrees C, Storage Temperature: -40degreesC to +70degreesC.Power Consumption: less than 30W per receiver, less than 30W per transmitter.The provisions and clauses in the RFQ are those in effect through FAC 2005-38.The NAICS Code and the small business size standard for this procurement are 334220 and750 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA GRC, Attn: Receiving BLDG 21 North, 21000 Brookpark RD, Cleveland OH 44135 is required within 84 days ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by midnight on 01/10/2010 to NASA GRC,ATTN: Bernadette Kan, MS 500-305, 21000 Brookpark RD, Cleveland OH 44135 and mustinclude, 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 authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), 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. Addenda to FAR 52.212-4 are as follows: Addenda to FAR 52.212-4 are as follows: 52.247-34F.o.b. Destination. (NOV 1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety andHealth (Short Form). (APR 2002), 1852.225-70 Export Licenses. (FEB 2000)FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:FAR 52.212-5 (JUNE 2008), Contract Terms and ConditionsRequired To Implement Statutes or Executive Orders-Commercial Items is applicable and thefollowing identified clauses are incorporated by reference: FAR 52.212-5 (JUNE 2007),Contract Terms and Conditions Required To Implement Statutes or ExecutiveOrders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.203-6 (With Alt 1) Restrictions on Subcontractor Sales tothe Government 3.503-1, 52.219-4 Notice of Price Evaluation Preference for Hubzone SmallBusiness Concerns 19.1308(b), 52.219-6 Notice of Total Small Business Set-aside19.508(c), 52.219-8 Utilization of Small Business Concerns 19.708(a), 52.219-14Limitations on Subcontracting 19.708(e) and 19.811-3(e), FAR 52.222-3 Convict Labor (JUN2003) (E.O. 11755), 52.222-19 Child Labor -Cooperation with Authorities and Remedies (AUG2007) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (FEB 1999),52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35Equal Opportunity forSpecial Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN1998) (29 U.S.C. 793), 52.222-3 Employment Reports on Special Disabled Veterans,Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212),52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees22.1605(a), 52.222-50 Combating Trafficking in Persons (AUG 2007) (Applies to allcontracts), 52.225-1 Buy American Act- Supplies (JUN 2003) (41 U.S.C. 10a-10d),52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (MAY1999) (31 U.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 All contractual and technical questions must be in writing (e-mail or fax) to BernadetteKan not later than 01/07/2010.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. Other critical requirements: Delivery - shall also beconsidered. It is critical that offerors provide adequate detail to allow evaluation oftheir offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), 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. Potentialofferors will 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10323072Q/listing.html)
 
Record
SN02033664-W 20100102/091231234303-ae686fa16a10d978622862bfa351270e (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.