SOLICITATION NOTICE
66 -- DATA COLLECTION SYSTEM
- Notice Date
- 12/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC13459488Q
- Response Due
- 1/7/2013
- Archive Date
- 12/18/2013
- Point of Contact
- David S Eccleston, Contract Specialist, Phone 216-433-2422, Fax 215-433-5489, Email David.S.Eccleston@nasa.gov - David S Eccleston, Contract Specialist, Phone 216-433-2422, Fax 215-433-5489, Email David.S.Eccleston@nasa.gov
- E-Mail Address
-
David S Eccleston
(David.S.Eccleston@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/GRC has a requirement for a VDL-Mode 2(VDL-M2) Data Collection System. 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. If you are viewing this solicitation on the fedbizops website, you must check the NASA Business website for amendments, attachments and forms (this is due to the fedbizops software design). Attachments and the SF 1449 for this procurement may be viewed at: http://prod.nais.nasa.gov/cgi bin/eps/bizops.cgi?gr=D&pin=22. It is the offerors responsibility to check the NASA Business website for any amendments. This notice is being issued as a Request for Quotations (RFQ) for a VDL-Mode 2 Data Collection System that complies with the following requirements: Receiver must operate in the VHF aviation communications spectrum band 118 137 MHz. Receiver shall be compliant with VDL-M2 standards and shall detect, demodulate (D8PSK), decode and store one or more VDL-M2 channels Receiver shall be compliant with ACARS standards and shall detect, demodulate (AM-MSK), decode and store one or more ACARS channels VDL-M2 system must be transportable and include a shock resistance travel enclosure for remote deployment System shall be remotely accessible for configuration and data downloads The system shall be capable of decoding and analyzing aeronautical protocols including but not limited to: ACARS, VDL-M2, ATN, CPDLC, SC-214, AOC and ATC applications The system shall be capable of operating unattended for a duration of no less than 1 month The system shall be fully operational under last configuration upon system startup or reset without user intervention System shall, at a minimum, comply with the following standards: o ICAO SARPS: AM and VDL Mode 2 o ARINC 618: ACARS o ETSI EN 301 841-1: VDL Mode 2 Ground Standard o ETSI EN 300 676: AM 25 kHz o ETSI EN 301 489 (-1/-22) : EMC for AM and D8PSK o RTCA DO-224A: VDL2 The system shall, at a minimum, comply with the following environmental condition requirements o Temperature (in use): between -20C and +55C o Humidity: 95% at +40C o Temperature (storage): between -40C and +80C System shall operate with AC power: 110 volts-60 Hz. Signal Input: BNC interface, 50 ohm Receiver system sensitivity: o ACARS: MFR<1% at -99 dBm (message length: 100 bytes) o VDL Mode 2: Uncorrected BER<10-3 at -98 dBm Dynamic Range shall be: 100 db Protocol analyzer system shall provide a graphical user interface The provisions and clauses in the RFQ are those in effect though FAC 05-01. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than Monday, December 31, 2012 to David Eccleston (David.S.Eccleston@nasa.gov). Offers for the item(s) described above are due by 4:00 PM EST on January 7, 2013 to NASA Glenn Research Center, Mail Stop 60-1, 21000 Brookpark Road, Cleveland, OH 44135, Attn: David Eccleston. Offers 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 ab authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial, which is incorporated by reference. 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 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (AUG 2012), Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-50, 52.203-6, 52.204-10, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-15, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43, 52.222-44. 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 Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (See FAR 52.212-1(b)). NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC13459488Q/listing.html)
- Record
- SN02951091-W 20121220/121218234422-ed2b6e3c6f0d990965ff150246d136ea (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 |