The National Aeronautics and Space Administration (NASA) Johnson Space Center isseeking capability statements from all interested parties, including Small, SmallDisadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service DisabledVeteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses,and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) forthe purposes of determining the appropriate level of competition and/or small businesssubcontracting goals for International Flight Support Services. The Government reservesthe right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran(SD-VOSB), or HUBZone business set-aside based on responses hereto. NASA/Johnson Space Center has a requirement for the procurement of services to provide aminimum of 4 Space Qualified S-band Diplexers. The Johnson Space Center requirementsinclude the following:Technical Requirements for four (4) Space Qualified S-Band Diplexers Specifications: Operating Frequencies 2028 MHz and 2203 MHz Rejection SpecsHigh Band to Low Band 80 dBHigh Band to 2106.4 MHz 80 dBHigh Band to 2085 MHz 80 dBHigh Band to 2213.5 MHz 40 dBHigh Band to 2287.5 MHz 80 dBHigh Band to 2265 MHz 70 dBLow Band to 2041 MHz 40 dBLow Band to 2085 MHz 70 dBLow Band to 2106.4 MHz 70 dBLow 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 (eletrical, mechanical) or equivalentPerformance ScheduleThe contractor shall deliver four (4) Space Qualified S-Band Diplexers within 120 daysupon receiving the purchase order.The North American Industry Classification System (NAICS) code for this procurement is334220, Radio and Television Broadcasting and Wireless Communications EquipmentManufacturing. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement indicating the ability to performall aspects of the effort described herein. This statement should be of 5 pages or less,single spaced, and have minimum 12 point font (Pages in excess of the stated requirementwill not be reviewed).Responses must include the following: name and address of firm, size of business;average annual revenue for past 3 years and number of employees; ownership; whether theyare large, small, small disadvantage, 8(a), Woman-owned, Veteran Owned, Service-DisabledVeteran Owned, Historically Underutilized Business Zone and Historically Black Collegesand Universities)/Minority Institutions; number of years in business; affiliateinformation: parent company, joint venture partners, potential teaming partners, primecontractor (if potential sub) or subcontractors (if potential prime); list of customerscovering the past five years (highlight relevant work performed, contract numbers,contract type, dollar value of each procurement; and point of contact - address and phonenumber). Technical questions should be directed to: Greg Lin,
[email protected] related questions should be directed to: Bermuda Brittingham,
[email protected]. The government intends to acquire a commercial-type product using FAR Part 12. Acommercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted electronically to Bermuda Brittingham or Tasha Beasleyno later than 09/02/11. Oral communications are not acceptable in response to thisnotice. Please reference NNJ11402150L in any response. Any referenced notes may beviewed at the following URLs linked below.
Bid Protests Not Available