SOLICITATION NOTICE
66 -- AUTOMATED TUNER LOAD PULL SYSTEM
- Notice Date
- 7/30/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- RFO3-c3j-20493
- Response Due
- 8/11/2003
- Archive Date
- 7/30/2004
- Point of Contact
- Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams@grc.nasa.gov
- E-Mail Address
-
Email your questions to Glen M. Williams
(Glen.M.Williams@grc.nasa.gov)
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for: Item 1) Automated Tuner Load Pull System, Item 2) one set of documentation, and Item 3) Installation, Check-out and Training. An Option Item 4 for additional tuners and associated equipment is also included. The Contractor shall furnish Items 1, 2 , and 3 in accordance with the following specifications. Item 1: Tuner System 1. The Contractor supplied system shall include one pair of matching tuners with the following specifications: a. Frequency Range shall be equal to or greater than 0.8 to 8.0 GHz, with a power handling capability of 50 W CW across the frequency band. b. Maximum tuner insertion loss shall be 0.4 dB or less. c. Maximum tuner VSWR shall be 1.05 or less. d. Minimum matching range shall be at least 30:1 for frequencies less than 2 GHz; and at least 15:1 for frequencies greater than 2 GHz. 2. Controller for the two matching tuners a. Controller shall be capable of controlling a minimum of two tuners. b. Controller shall be capable of controlling tuners that cover frequency ranges above and/or below the present specification of 0.8 to 8.0 GHz. (These tuners are not being procured at this time). c. Controller shall have GPIB interface for connection to NASA supplied computer. 3. The Contractor shall supply software for control and data processing with the tuners specified in item 1 and the optional tuners specified in item 7: a. Power and Noise Characterization software: For determining optimum match of microwave device/circuit for maximum power and/or minimum noise. b. Intermodulation Distortion (IMD)/Adjacent Channel leakage Power (ACP): For measuring two tone power device characteristics. c. Fixture software: For de-embedding test fixture characteristics. d. DC I-V: For measuring DC characteristics of transistors and diodes under high RF power. 4. Tuner/probe mounting a. The Contractor shall supply all necessary micropositioners, adapter plates, and cables for mounting and integrating the load pull system on a Cascade SUMMIT 9101 RF probe station. 5. Misc. a. Calibration kit for calibrating the tuners on an HP8510C Vector Network Analyzer with 2.4 mm coaxial ports. 6. The components purchased under this purchase order shall be compatible with the following NASA owned equipment: HP8566B Spectrum Analyzer HP 8340B Synthesized sweeper HP 8341A Synthesized sweeper Agilent E8244A PSG-L Series Signal Generator Agilent E3646A Dual DC Power Supplies Agilent E44419B Series Power Meter Agilent 83020A Power Amplifier Cascade SUMMIT 9101 RF Probe Station HP 8510C Vector Network analyzer with 2.4 mm output ports Windows based computer The Contractor shall provide schematics for the integration of NASA owned equipment with The Contractor supplied system/equipment and software such that all components operate as an integrated system for the characterization and optimization of power RF/Microwave components and circuits. The system shall be capable of power characterization and intermodulation distortion (IMD) characterization of microwave components and circuits mounted in test fixtures or on an RF probe station meeting the above specifications. Item 2 Documentation The Contractor shall deliver 1 set of installation and operation instructions/manuals. An electronic copy may also be supplied, but a minimum of one paper copy shall be supplied. Item 3 Installation, Checkout and Training a. The Contractor shall set up and install Item 1 at NASA GRC within 30 days after the delivery date of equipment. The Contractor shall supply a list of required utilities and equipment necessary for the installation to NASA at least 30 days before the Contractor performs the installation. After installation is complete, the Contractor shall checkout the system demonstrating that all the requirements are met. b. The Contractor shall perform training demonstrating the safe operation of the system performing a minimum of 8 hours of training. This shall be performed at NASA GRC for a minimum of 2 NASA personnel. Training may occur during the time period that the Contractor is performing the installation and/or checkout of Item 1. c. Installation, checkout and training shall occur Monday-Friday, non-Governmental holidays from 8 a.m. to 5 p.m. The actual dates for these will be via mutual agreement between the Government and the Contractor. Item 4 (Option Item) Tuners and related equipment. Up to 2 tuners that will extend the frequency range of the system to 50 GHz or higher may be procured by NASA up to 1 year from the award date. The tuners shall meet the following specifications: a. Frequency Range shall be equal to or greater than 8.0 to 50.0 GHz, with a power handling capability of 10 W CW across the frequency band. b. Maximum tuner insertion loss shall be 0.6 dB or less. c. Maximum tuner VSWR shall be 1.08 or less. d. Minimum matching range shall be at least 10:1. e. 2.4 mm connectors f. mounting brackets, positioners, and adapter plates for mounting the higher frequency tuners on a SUMMIT 9102 RF probe station 52.217-7 OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM (MAR 1989) Insert ?within 12 months from the award date? OPTION FOR ADDITIONAL ITEMS (GRC 52.217-91) (FEB 1987) The Government has the right to unilaterally exercise the option as set forth in the Specifications (more specifically defined as Option Item 4). The Contracting Officer may exercise this option by giving written notice to the Contractor within 12 months of the award date. Option items may be exercised separately or grouped and more than 1 option exercise may occur during the above stated time frame. (However, the total quantity stated above is the maximum number of units that can be purchased). The price for the option Item 4 will be that proposed by the offeror in their reponse to this solicitation. The provisions and clauses in the RFQ are those in effect through FAC 01-13. The NAIC code is 334516 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Glenn Research Center is required within 12 weeks after contract award.. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 11, 2003, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for Items 1 & 4 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation. For the Option Item 4, if prices be different, show pricing for separate purchases of 1 each and for a single purchase for a quantity of 2. Faxed offers are not acceptable. FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clause: _X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). __ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I to 52.219-5. __ (iii) Alternate II to 52.219-5. X (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). __ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). __ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). __ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I of 52.219-23. __ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) X (12) 52.222-26, Equal Opportunity (E.O. 11246). X_ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). X_ (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). X_ (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). __ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (18) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a - 10d). __ (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ (ii) Alternate I of 52.225-3. __ (iii) Alternate II of 52.225-3. __ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). X_ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). __ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). __ (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). X_ (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). __ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). __ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). __ (28)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). __ (ii) Alternate I of 52.247-64. (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: NONE Offerors shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Award will be based upon overall best value to the Government among those offers that meet the specifications of Item 1 thru Item 4 above. Consideration will given to the factors of meeting specifications, total price, and past performance. (Offerors shall provide a summary of their firm that includes how many years they have furnished the same or similar product required and the number of units sold in the last 2 years.) Other critical requirements (i.e., delivery) if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Best Value Criteria: The following will be BVC considerations: 1. Tuner VSWR matching range greater than 30:1 for frequencies less than 2 GHz AND/OR greater than 15:1 GHz for frequencies greater than 2 GHz. 2. Tuner insertion loss lower than 0.4 dB, 3. Tuner frequency range lower than 0.8 GHz AND/OR greater than 8.0 GHz. Should the offeror desire Best Value consideration they must address any or all of the above criteria in the descriptive literature they furnished in response to this solicitation. Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any) and for downloading their own copy of this combination synopsis/solicitation and amendments http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#106837)
- Record
- SN00387546-W 20030801/030730214117 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |