Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1996 PSA#1562

NASA Langley Research Center, Bid Distribution Office, MS 126 Hampton, Va. 23681-0001

70 -- PORTABLE SATELLITE COMMUNICATION SYSTEM SOL 1-128-CAG.3544 DUE 041296 POC Cynthia Dea, Buyer, (804) 864-2440. Category 70 -- Portable Satellite Communication System -- SOL 1-128-CAG.3544 DUE 4-12-96 POC Cynthia Dea 804-864-2440 or e-mail c.w.dea@larc.nasa.gov. Global Tropospheric Experiment (GTE) Field Satellite System: Description of requirements: Quantity 1 system, Delivery by 6-10-96, The NASA Langley Research Center has a requirement for full Internet capabilities while on deployment to remote sites in the South Pacific Ocean during August-October 1996. The primary objective of this connectivity is to enable NASA meteorologists to evaluate and download, via the Internet, and via direct computer to computer file transfers, meteorological maps and forecasts to support airborne scientific research in these remote regions. Secondary objectives are to enable access to electronic mail (email), to have fax connectivity, and establish voice connectivity while on remote deployment. System requirements: 1.) The field satellite system shall be composed of a Mobile Earth Station satellite receiver/transmitter and all hardware/software necessary to, a) connect the customer's remote field PC's to the Internet, and b) connect the customer's remote field PC's to the customer's home based PC's located at NASA Langley and/or at least two other sites in the continental US for fast file transfers. The Mobile Earth Station shall connect the remote PC's to the Inmarsat-B satellite using full duplex 56/64 KBPS digital connectivity. For connections to the Internet, the system shall establish ISDN connections to an Internet Point of Presence (POP) provider. For remote-to-home base fast data transfers, the system shall include all hardware and software to establish ISDN connections via Inmarsat-B satellite service between the remote and home based computers, and be capable of transferring precompressed, binary data files at fast speeds (350,000 bytes per minute at 56 KBPS speed, 400,000 bytes per minute at 64 KBPS). The Inmarsat-B service, the ISDN surface line at the home base sites, and the POP will be established by the Government. The remote and home based PC's will be provided by the Government. The remote PC will be a portable laptop having a PCMCIA standard card interface, the home based PC's will be standard desk top units having standard ISA card slots. The contractor shall provide for the licensing for use of the satellite system on the Inmarsat-B satellite. The Government will request licensing for operation in the remote sites. The Field Satellite System shall also be capable of the following connections via the Inmarsat-B satellite. a) 16 KBPS voice port b) 9.6/16 KBPS digital data port c) 9.6 KBPS fax port. 2.) The Field Satellite System shall include all cables and other components necessary to set up and operate the system, including both technical manuals and operational instructions. 3.) The Field System shall have remote flat-panel antenna system with 100 foot of antenna cable to enable remote antenna placement. 4) All system components shall be fully integrated and tested at the factory to ensure operability. The fully-configured system shall be licensed, tested, and certified to be in compliance with the performance requirements for Internet access, FTP file transfers via Internet, and fast PC-to-PC data transfer before shipment to the customer. A fully operational system shall be delivered and demonstrated at Langley Research Center by June 10, 1996. 5.) Contractor shall provide 1-year 24-hour/day technical assistance to respond to any questions about system setup or operations. 6.) Contractor shall provide references of past experience, including references of current and past users, demonstrating their capability for the fast PC-to-PC data transfers, and Internet connectivity via the field satellite receiver/transmitter system. 7.) The field satellite receiver/transmitter including antenna and cabling shall weigh no more than 75 pounds, shall be capable of operation at any voltage between 85 and 250 VAC, inclusive, at any line frequencies between 47 and 440 hz, and required no more than 150 watts of power, and shall be completely transportable in a suitcase size container of dimensions no greater than 23 by 20 by 11 inches. The offeror shall provide the container for the satellite receiver/transmitter. Note: For evaluation purposes, compliance with the above specification, demonstrated past performance capability, and price are considered essentially equal and selection of an offeror for award will be based on these factors. Accordingly, offerors shall provide adequate documentation and/or literature to allow evaluation of each of these factors. This notice constitutes a complete Request for Quotations (RFQ). No additional RFQ is available. This procurement is being conducted under the Simplified Acquisition Procedures. This is a Commercial Item, see FAR Part 12. The proposed procurement is NOT set-aside solely for small business concerns. Quotes may be mailed to NASA Langley Research Center, Mail Stop 138, Hampton, VA 23681-0001, or faxed to 804-864-6131, solicitation number must be cited in either case. The quote must: be for the item(s) described above, contain a CERTIFICATION that the offeror is a large, small, small disadvantaged, or small woman-owned business, be FOB destination to this Center, include the proposed delivery schedule and discount/payment terms and warranty duration (if applicable), and be signed by an authorized company representative. Offerors should include their taxpayer identification number (TIN). Quotes are due by 3:00 p.m. local time of April 12, 1996. All timely quotes received will be considered, and award will be made to the responsive, responsible offeror(s) with the lowest overall price and acceptable delivery schedule. Quotes must include adequate information and submittals to determine whether the proposed item(s) will meet the requirement described above. Evaluations will be per line item, and award(s) will be for the lowest aggregate cost to the Government. FAR Clauses 52.212-1, 52.212-3, 52.212-4 and 52.212-5 are incorporated by reference. Award is anticipated within 7 days of the date quotes are due. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to call the installation ombudsman Belinda Adams at 804-864-8989. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman Tom Luedtke at 202-358-2090. Before consulting with any ombudsman, interested parties must try to resolve their concerns with the contract specialist or the contracting officer. DO NOT CALL THE OMBUDSMAN FOR SOLICITATION REQUESTS/INFORMATION. (0087)

Loren Data Corp. http://www.ld.com (SYN# 0388 19960328\70-0001.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page