SOLICITATION NOTICE
59 -- KA BAND COAXIAL SWITCHES
- Notice Date
- 9/30/2011
- 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
- NNC11410719Q
- Response Due
- 10/10/2011
- Archive Date
- 9/30/2012
- 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 Request for Quotations (RFQ) for Ka-band Coaxial Switches. Background information: 40-GHz electromechanically operated coaxial switches toconfigure the test set and to select routing of microwave signals within the test set.The switches will be used both indoors, or outdoors from inside an electronics enclosure.There are three different models of switches. MINIMUM TECHNICAL SPECIFICATIONS: Quantity 15 each Switch A) SP6T switch - Normally Open, with DE9P control connector, Quantity 20 each Switch B) SPDT switch, Latchingand Switch, Quantity 5 each C) SPDTswitch, Latching with internal 50-Ohm attenuator for the unused port. All switches shallmeet or exceed the following MINIMUM SPECIFICATIONS: Frequency Range: DC to 40-GHz,Impedance: 50-Ohms, Connectors: 2.92mm (K) Female, Insertion Loss: < 1.0 dB over fullfrequency range, VSWR: < 2.0:1 over full frequency range, Isolation: > 50 dB, RFPower handling: > 1 Watt, Coil voltage: +12 VDC nominal, Coil Current: < 400 mA,Control Voltage: TTL levels, Design Life: 1 million cycles minimum, and OperatingTemperature Range: -25degC to +65degC.ADDITIONAL SPECIFICATIONS: Suppression Diodes:Suppression diodes shall be included on control inputs. Environmental: Each switch shallbe sealed against sand and dust.The provisions and clauses in the RFQ are those in effect through FAC 2005-53.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, 21000 Brookpark Road, Cleveland, OH 44135 is required within 8weeks.Delivery shall be FOB Destination.Offers for the items(s) described above are due by 4:30 p.m. on October 10, 2011 to NASAGRC, Attn: Bernadette Kan MS 60-1, 21000 Brookpark Road, Cleveland OH44135 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 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.o.b. Destination (NOV 1991),1852.215-84 Ombudsman (OCT 2003), 1852.223-72 Safety and Health (Short Form) (APR 2002),1852.225-70 Export Licenses(FEB 2000).FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-10 Reporting Executive Compensation andFirst-Subcontractor Awards (JUL 2010) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6Protecting the Governments Interest when Subcontracting with Contractors Debarred,Suspended or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies tocontracts over $30,000). (Not applicable to subcontracts for the acquisition ofcommercially available off-the-shelf items), 52.209-10, Prohibition on Contracting withInverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law110-161), 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) (15U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, ChildLabor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126), 52.222-21Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR2007)(E.O. 11246), 52.222-36, Affirmative Action for Workers with Disabilities (OCT2010) (29 U.S.C. 793),52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g)), 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving(AUG 2011). (E.O. 13513), 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C.10a-10d), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - CentralContractor Registration (MAY 1999) (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 October 7, 2011. 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 must include completed copies of the provision at 52.212-3 (MAR 2011), 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. 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/NNC11410719Q/listing.html)
- Record
- SN02599862-W 20111002/111001000204-ad8344ebab02e2080130757b66274986 (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 |