Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2012 FBO #3716
SOLICITATION NOTICE

66 -- RADIO FREQUENCY CHANNEL SOUNDER

Notice Date
1/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC12421670R
 
Response Due
2/13/2012
 
Archive Date
1/25/2013
 
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 Proposal (RFP) for One (1) each Dual L-bandand C-band Spread Spectrum Radio Frequency Channel Sounder. Transmitter Specifications: (unless so noted, all specifications apply to both frequencybands)Frequency Band: 5.00 5.15 GHz (Band 1), 960 977 MHz (Band 2), TuningIncrement: 1 MHz, Transmitter Output Power: 10 Watt, Power Tuning Range: 24 dBm to 40dBm,.1 dB step, plus/minus0.5 dB, Chipping Rate: 50 MHz (Band 1), 5 MHz (Band 2). Channel Bandwidth: 60 MHz (Band 1) and 6 MHz (Band 2).Adjacent Channel Rejection:greater than 25 dBc, Spurious out of band Rejection: greater than 40 dBc. FrequencyStability: TBD. Input Power: 110-240 VAC 50-60 Hz. PN Length: 1023 or 511, PN TimeOffset: 0 to PN length -1, in chip increments.Number of Codes: Four - Selectable fromtwo at length 1023 and two at length 511. Transmitter External Connectors: Antenna Port1 and 2: N-female. AC Power Input: TBD. USB Communication Port: 2.0 or better. GPSAntenna: SMC-male. Mechanical: 19' rack mount, with portable option.Operatingtemperature: -10 to +40 C. Humidity: up to 99%, non-condensing. Storage Temperature:-50 to +100 C.Shock and Vibration: TBD. Warranty: minimum one year, parts and laborReceiver Specifications: Measurement System: Two complete receive and processingsystems for each frequency band, for a total of four antenna ports and receiver channels. Measurement Technique: Spread Spectrum utilizing sliding or sequential correlation. Frequency Band 1: 5.00 5.15 GHz, Frequency Band 2: 960 977 MHz, Tuning Increment: 1MHz, Chipping Rate: 50 MHz (Band 1), 5 MHz (Band 2), Channel Bandwidth: 50 MHz (Band 1)and 5 MHz (Band 2). I and Q Channel Amplitude Resolution: 8 bits. I and Q Channel DelayResolution: 10 bits minimum. Power-Delay Profile Length: 10 or 20 sec(selectable)(adjustable profile length is desirable). RSSI (Received Signal StrengthIndicator) resolution: 1 dB. Data Collection Frequency: 3 kHz minimum, for the highest(30 dB threshold) four MPCs (multipath components)(adjustable rate is desirable),Frequency Stability: TBD. Input Power: 110-240 VAC 50-60 Hz.PN Length Receiver 1:1023 or 511, PN Length Receiver 2: 1023 or 511. Number of Codes: Four - Selectable fromtwo with length 1023 and two with length 511. Data Storage: 1 hour minimum. ReceiverExternal Connectors: Antenna Port 1: N-female, Antenna Port 2: N-female. USBCommunication Port: 3.0 or better. GPS Antenna: SMC-male. Mechanical: 19' rack mount,with portable option. Operating temperature: -10 to +40 C. Humidity:up to 99%,non-condensing. Storage Temperature: -50 to +100 C, Shock and Vibration: TBD. Warranty: minimum one year, parts and labor.The provisions and clauses in the RFP are those in effect through FAC 05-55. The NAICS Code and the small business size standard for this procurement are 334515, 500employees 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 Glenn Research Center, Receiving Bldg 21 North, 21000 Brookpark Road,Cleveland OH 44135. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 4:30 EST February 13, 2012 to NASAGlenn Research Center, ATTN: Bernadette Kan MS 60-1, 21000 Brookpark Road, Cleveland OH44135 and must include, solicitation number, FOB Destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard 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. (NOV1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR2002), 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: 52.203-6 (With Alt 1) Restrictions on Subcontractor Sales tothe Government 3.503-2 (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10U.S.C. 2402), 52.204-10 Reporting Executive Compensation and First-Subcontractor Awards(JUL 2010) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6 Protecting the GovernmentsInterest when Subcontracting with Contractors Debarred, Suspended or Proposed forDebarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Notapplicable to subcontracts for the acquisition of commercially available off-the-shelfitems), 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations(section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law111-8, and section 745 of Division D of Public Law 110-161), 52.219-4 Notice of PriceEvaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offerorelects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a), 52.219-8 Utilization of Small Business Concerns 19.708(a) (JAN 2011) (15 U.S.C. 637(d)(2) and (3)), 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009)(15 U.S.C. 632(a)(2)),52.222-3 Convict Labor(JUN 2003) (E.O. 11755), 52.222-19,Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity(MAR 2007)(E.O. 11246), 52.222-35 Equal Opportunity Veterans 22.1210(a)(1) (SEP 2010)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793), 52.222-37 Employment Reports on Veterans 22.1310(b) (SEP 2010) (38U.S.C. 4212), 52.222-40 Notification of Employee Rights Under the National LaborRelations Act 22.1605 (DEC 2010) (E.O. 13496),52.222-50, Combating Trafficking inPersons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-18 Encouraging Contractor Policy to BanText 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 ForeignPurchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office ofForeign Assets Control of the Department of the Treasury), 52.232-33, Payment byElectronic Funds Transfer - Central Contractor 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 February 8, 2012. 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/NNC12421670R/listing.html)
 
Record
SN02661092-W 20120127/120125234821-f5b1ead10c38095c1bfd415a75181705 (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.