Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

66 -- LASER POWERED AND BATTERY POWERED PROBE KIT

Notice Date
6/22/2010
 
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
NNC10345476Q
 
Response Due
7/7/2010
 
Archive Date
6/22/2011
 
Point of Contact
Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov
 
E-Mail Address
Nancy M. Shumaker
(Nancy.M.Shumaker@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 one laser and batterypowered probe kit package in accordance with the following description andspecifications:The RF Field Meter offer must offer the following features; field monitor must providevarious digital interfaces including IEEE-488, USB, RS-232, and Ethernet options. The RFField Meter must have a user-friendly configurable display which has clear resolution.The RF Field Meter should be menu driven and controllable locally or remotely through aninterface. The RF Field Meter should support multiple probes reading each simultaneouslyin a combination of E and H field axis. The device must have the capability to log dataand identify faults. Rack mountable is desirable. Specifications include measures to account for the expected statistical performancedistribution, measurement uncertainties, and changes in performance due to environmentalconditions. The following represents specifications required from the RF Field Meter:a. Operational range: 9kHz to 110GHzb. Sensitivity : 0.41000 V/m (probe dependent)c. Frequency response : 5 kHz - 60 GHz (probe dependent)d. Inputs : Minimum of 4 independent probes, through 4 F/O FSMA pairse. Overload withstand: Probe dependentf. Output : graphical, color digital display, resolution 0.01g. IEEE-488 interfaceh. USB 2.0 (test and measurement class)i. RS-232 interfacej. Ethernetk. Sample Rate: Minimum, 1-60 Samples/sec. (probe dependent)l. Rack mountable desirableEnvironmental Specifications: Ambient Temperature Limitsa. Operating: 10 to +40 Cb. RH: non-condensingElectrical Specifications:a. Power Requirements: 90-260 VAC, 50 60HzThe RF Field Sensor offer must offer the following features; field sensor must providecapability and flexibility of various interfaces including fiber optic at long distances.The RF Field Sensor must have capability of measuring very high field strengths both CWand Pulsed. The RF Field Sensor must be very accurate throughout an operational range of5 kHz to 40GHz. The RF Field Sensor should provide an isotropic response over itsoperational range. The solution can come from one or more probes.Specifications include measures to account for the expected statistical performancedistribution, measurement uncertainties, and changes in performance due to environmentalconditions. The following represents specifications required from the RF Field Sensor:a. Amplitude Accuracy (field aligned with sensor axes): 1.0 dB, 10 MHzb. With correction factors applied: 0.8 dB, 5 kHz30 MHzc. Response smoothing time constant: 10 msec. nominald. Isotropic Deviation (measured at the critical angle) 0.5 dB, 10 MHz, 0.5 dB, 5kHz30 MHz e. Operational Range(Frequency): 5kHz to 40 GHzf. Operating Range(Field): 1.51000 V/mg. Linearity, 1.5 to 300 V/m: 0.5 dB AND +0.9 V/mh. Temperature Stability: +0.5 dB over operating temperature rangei. Ranges: Single rangej. Data returned from probe: X,Y,Z axes, and compositeTemperature Range: a. 10C to 40C (50F to 104F) @ 5% to 95% RH noncondensingPower Requirements: a. Fiber Optic Cable Connectors or BatteriesThe provisions and clauses in the RFQ are those in effect through FAC 2005-41.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334220/750respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA/Glenn Research Center, Attn: Receiving, Bldg 21, 21000 Brookpark Road,Cleveland, Ohio 44135 is required within 12 weeks days ARO. Delivery shall be FOBDestination.Offers for the items described above are due by COB 07/07/2010] to NASA/Glenn ResearchCenter, Attn: Nancy Shumaker (MS: 500-108), 21000 Brookpark Road, Cleveland, Ohio 44135and must include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. 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 offered is other than domestic end product as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2010), 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, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-36, 52.225-1, 52.225-13, 52.232.33.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing (e-mail or fax) to NancyShumaker not later than 07/06/2010. 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: such as delivery, maintenance,etc shall also be considered. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications 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 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 offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand 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/NNC10345476Q/listing.html)
 
Record
SN02185315-W 20100624/100623000122-8010d7f3549ad1be14f043469df123c5 (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  © 1994-2020, Loren Data Corp.