Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2004 FBO #0909
SOLICITATION NOTICE

59 -- NEAR FIELD ANTENNA UPGRADE

Notice Date
5/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04061381Q
 
Response Due
6/1/2004
 
Archive Date
5/21/2005
 
Point of Contact
Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams-1@nasa.gov
 
E-Mail Address
Email your questions to Glen M. Williams
(Glen.M.Williams-1@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 procurement is NOT set aside for small business. This notice is being issued as a Request for Offer (RFO) for: Item 1) one Antenna Upgrade including Software Support and Maintenance, Item 2) one set of documentation and Item 3) Training and Checkout of the Upgraded System. The Contractor shall perform the upgrade in accordance with the following specifications. Near-Field Antenna Range Facility Description The existing GRC near-field range was intended to characterize very large (e.g. greater than 2 meter diameter) antennas and was used to support the Advanced Communication Technology Satellite project some 12 years ago. Much of the original equipment is no longer supported by the OEM. GRC needs to reestablish this capability to address a new mission class involving very large (e.g. greater than 4 meter diameter) inflatable membrane antennas. GRC intends to establish a state-of-the-art facility using as much of the existing hardware as possible. Recently, GRC initiated a new project to develop large inflatable membrane antennas and anticipates delivery of the first 4 X 6 meter antenna in November, 2004. Subsequently, building 77 was targeted for rehab which will commence in August, 2004 and take several months to complete. GRC needs to have the near-field range readied before the building rehab starts. That means the range upgrade needs to be completed on or about the first week of August 2004. The GRC planar near-field antenna facility test volume envelope is approximately 40?? ?e 40?? and 60?? in height. The dimensions of the vertical scan plane are 22?? ?e 22?? which defines the size of the largest antenna that can be measured. The antenna under test (AUT) is mounted to an azimuth over elevation positioner that has a vertical load capacity of 30,000 lbs. A typical test uses the AUT as the transmit antenna and a rectangular waveguide as the receiving probe antenna. The aperture field of the AUT is sampled by performing a raster scan of horizontal steps and continuous vertical movement at each step. The position of the probe at each data point is determined with a laser interferometer system. An Agilent 8510C network analyzer is used as the receiver for this range. Measurements are currently performed over a 4 to 40 GHz frequency range. The microwave signal is generated in the range at the AUT. A reference signal is coupled from the microwave input to the AUT and down-converted to a 20 MHz intermediate frequency. The received signal from the probe is also down-converted as the test channel of the receiver. To minimize local oscillator (LO) phase changes and the weight of the cable as the probe is repositioned, the LO is provided via a fiber optic link from the control room, which houses the experiment motion control and data processing software. Required Tasks 1. The Contractor shall provide planar data acquisition and processing software. The software shall control all system operations including RF equipment and positioners, provide on-the-fly position correction, and probe pattern file correction. Software support and maintenance shall be included with the software. (The Contractor shall specify the period of time they will provide software support and maintenance.) 2. The Contractor shall upgrade the existing GRC near-field scanner which includes the following: a. replace existing servos in XY scanner with stepper motor control b. ensure limit switches are working properly (and repair/replace if not) c. provide a system controller and measurement workstation d. interface to existing XY laser system. e. interface to existing Agilent 8510C measurement system 3. The Contractor will utilize the existing GRC laser for probe position verification. 4. The Contractor shall install a probe roll stage (360 degree rotation) with a 50 GHz rotary joint. The motor cable length is approximately 75 feet. 5. The Contractor shall perform the upgrade installation at NASA GRC. 6. The Contractor shall perform training of the upgraded system including the software operation for up to 4 GRC staff members. This training shall be completed within 10 days of completion of the installation. 7. The Contractor shall verify upgraded near-field system operation during the training period using a NASA GRC provided 0.3 m parabolic antenna. 8. One copy of documentation for all software and hardware furnished for the upgrade. Schedule The Contractor shall perform all of these tasks prior to August 6, 2004. The effort shall be performed Monday thru Friday, non-government holidays from 8 a.m. to 5 p.m. or per other mutually agreeable times. Solicitation Instructions The provisions and clauses in the RFQ are those in effect through FAC 01-21. The NAIC code is 334519 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 by August 6, 2004. Offerors shall propose a dual pricing in accordance with the following: One price for completion of the effort by August 6, 2004. A second price for completion to their best schedule. Offerors shall propose an actual completion date (best schedule) for the second price. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by June 1, 2004, 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 thru 3 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 (Ensure that the ??track changes?? feature is turned off when word processing this form). Faxed offers are not acceptable. Offerors shall provide the information required by FAR 52.212-1. Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15% of the price. 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 include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. Alternate sites to download Representation and Certifications - Commercial Items 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 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 clauses: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (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) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7.__ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (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 (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). __ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (21)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (22) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (23)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (24) 52.225-5, Trade Agreements (Jan 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (26) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (27) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). _X_ (28) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (29) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (31) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (32) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (33) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (34)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631).. __ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that 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: None Marked as Applicable 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 3 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 past performance, delivery schedule, meeting specifications, and total price, and are essentially equal in importance. Best Value will be an important consideration in selection. 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) and its amendment above). Best Value Criteria: The following will be BVC considerations: 1. Completion of the effort by August 6, 2004. (Assume an award date not later than June 15, 2004.) 2. An offeror having significant expertise in near-field antenna testing range design, construction, and upgrading. Especially near-field antenna ranges at least as large as the GRC facility. 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): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&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#110478)
 
Record
SN00590636-W 20040523/040521212546 (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 |
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.