Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2007 FBO #1934
SOLICITATION NOTICE

66 -- RADIO FREQUENCY RECEIVER

Notice Date
3/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM07190934Q
 
Response Due
3/23/2007
 
Archive Date
3/12/2008
 
Small Business Set-Aside
Total Small Business
 
Description
***************PLEASE CONTACT SHEILA KIRKLAND EITHER BY E-MAIL (sheila.j.kirkland@nasa.gov) OR FAX (256-544-4401)CONCERNING THIS POSTING OR QUOTES***************************************** 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 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 Quotations (RFQ) for one (1) Radio Frequency Receiver for the Mico Satellite Development Program at the National Space, Science and Technology Center in coordination with NASA's Systems. Listed are specifications the receiver must meet. 1.The receiving frequency must be frequency agile to within a programmable range of 2.0 ? 2.4 GHz in 300 ? 500 Hz increments. 2.Command data rate must be programmable between 9.6 ? 153.6 Kbps 3.A noise figure of less than 2.5 dB. 4.An IF/Filter of 140MHz custom surface mount filter with at least 50 dB of rejection. 5.IF bandwidth - 200KHz,150KHz and 100KHz (fixed or customer selectable) 6.Receiver sensitivity of -117dBm@9600bps, -110dBm@128Kbps (with programmable AGC). 7.Frequency Stability of ? 1ppm over internal temperature range of -30?C to +75?C 8.Synchronous word recognition to be Automatic/programmable recognition of 12,16,20 or 24 bits 9.The unit must have a Receive signal strength indicator ?RSSI? in a digital output format. 10.an interface Received data output, Recovered data clock output (differential or single ended), Receiver control input & output is required. 11.Input impedance of 50 Ohms. 12.Input power consumption of ~1.5W (6 to 16 VDC @200mA) with internal modem and differential drivers active (110 ohms) 13.Built in automatic Doppler frequency control up to 40% of IF bandwidth 14.Data/power Connector 15 pin Micro miniature Military D with mating connector provided 15.SMA Female RF connector 16.Temperature of -30?C to +75?C operating, -40?C to +85?C storage. Frequency Coverage: any single Channel from 2-2.4GHz (fixed or customer programmable/agile in 300Hz steps.) This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334220 and 500 or fewer respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to MSFC is TBD. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:00 CST, 03/23/2007 and must include, 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 authorized company representative. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (NOV 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13 and 52.232-33. 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 Sheila Kirkland at sheila.j.kirkland@nasa.gov or (256)544-4401 no later than 03/23/2007. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. An ombudsman has been appointed -- See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#123795)
 
Record
SN01249300-W 20070314/070312221011 (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.