SOLICITATION NOTICE
63 -- SPACE QUALIFIED S-BAND DIPLEXERS
- Notice Date
- 9/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
- ZIP Code
- 00000
- Solicitation Number
- NNJ11402150R
- Response Due
- 9/23/2011
- Archive Date
- 9/9/2012
- Point of Contact
- Bermuda A. Brittingham, Contracting Officer, Phone 281-244-6972, Fax 281-244-2370, Email bermuda.a.brittingham@nasa.gov - Tasha M. Beasley, Contract Specialist, Phone 281-483-8501, Fax 281-244-2370, Email tasha.beasley@nasa.gov
- E-Mail Address
-
Bermuda A. Brittingham
(bermuda.a.brittingham@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, Streamlined Procedures for Evaluation andSolicitation for Commercial Items, as supplemented with additional information includedin this notice. This announcement constitutes the only solicitation; offers are beingrequested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal (RFP) for the pricing of 4 SpaceQualified S-band Diplexers with delivery no later than 120 days upon receipt of award. Technical Requirements for four (4) Space Qualified S-Band Diplexers Specifications: Operating Frequencies 2028 MHz and 2203 MHz Rejection Specs High Band to Low Band 80 dB High Band to 2106.4 MHz 80 dB High Band to 2085 MHz 80 dB High Band to 2213.5 MHz 40 dB High Band to 2287.5 MHz 80 dB High Band to 2265 MHz 70 dB Low Band to 2041 MHz 40 dB Low Band to 2085 MHz 70 dB Low Band to 2106.4 MHz 70 dB Low Band to 2287.5 MHz 70 dB VSWR < 1.25 Insertion Loss < 1.0 dB 3dB Bandwidth 10 MHz Gain flatness over 2 MHz BW at operating frequencies 0.25 dB Power Handling 20 W Operating Temperature (-10 degrees C) to (+50 degrees C) Non-operating Temperature (-20 degrees C) to (+60 degrees C) Humidity 25% - 75% Operating Pressure 9.5-12.5 psia Non-operating pressure 1.9e-7 to 18.1 psia Non-op max pressure rate 11.6 psi/min Operating vibration TBD Launch Vibration TBD Threaded Neill-Concelman (TNC) interface Deliverables Data required Return Loss Insertion Loss Numerical data for both Return Loss and Insertion Loss Documentation of any tests the unit was subjected to before delivery Released drawings for the unit with parts and materials list Any additional performance data or analysis on the deliverable item(s) ICDs (electrical, mechanical) or equivalent The provisions and clauses in the RFP 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 Johnson Space Center is required within the 120 days ARO. Delivery shall beFOB Destination. Offers for the items described above are due by 4:30 p.m. local time on September 23,2011 and must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), CAGE Code (http://www.ccr.gov ), identification ofany special commercial terms, and be signed by an authorized company representative.Also, Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Orderfor 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. FAR 52.204-7 (APRIL 2008), Central Contractor Registration FAR 52.212-4 (JUNE 2010),Contract Terms and Conditions-Commercial Items is applicable FAR 52.212-5 (AUG 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, Convict Labor (Jun 2003) (EO 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (EO 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (EO 11246).52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 USC 793). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 USC 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (EOs proclamations, andstatues administered by the Office of Foreign Assets Control of the Department of theTreasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct2003) (31 USC 3332). If the end product(s) offered is other than domestic end products(s) as defined in theclause entitled Buy American Act - -Supplies, the offeror shall so state and shall listthe country of origin. 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 via e-mail to BermudaBrittingham no later than September 19, 2011. 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 theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement. It is critical that offerors provide adequatedetail to allow evaluation of their offer (reference FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (MAY 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. These representationsand certifications will be incorporated by reference in any resultant contract. 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=73. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). All responses shall be submitted electronically to Bermuda Brittingham or Tasha Beasleyno later than September 23, 2011. Oral communications are not acceptable in response tothis notice. Please reference NNJ11402150R in any response. Any referenced notes may beviewed at the following URLs linked below. An Ombudsman has been appointed. See NASA Specific Note 'B'.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11402150R/listing.html)
- Record
- SN02570103-W 20110911/110910000546-6cefe82cbb04d8818d9dc246baf12dd8 (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 |