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