The RFP Database
New business relationships start here

Aircraft Telemetry Transmitter Systems Multi-Band, Multi-Mode, and Space Time Coding Capable


California, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

The National Aeronautics and Space Agency (NASA) Ames Research Center (ARC) has a requirement for three (3) Multi-Band, Multi-Mode, and Space Time Coding Capable, High Data Rate Aircraft Telemetry Transmitter Systems to support new and existing telemetry requirements, changes occurring in federal frequency assignments, and increasing data rates needed to support IRIG 106-15 Chapter 4 and 10 telemetry downlinks.

This notice is a combined synopsis/solicitation (NNA16601056Q-ALM) 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); quotations are being requested and a written solicitation will not be issued.


NASA ARC's requirement is to purchase three (3) telemetry transmitter systems, which includes telemetry transmitter systems for two (2) aircraft and one (1) shared spare maintenance telemetry transmitter system, with necessary implementation accessories to flexibly, rapidly, and reliably meet new and existing aircraft telemetry requirements, mitigate operation risks and impacts from changes in federal frequency assignments, and address higher data rate requirements. The telemetry transmitter systems shall meet the following specifications:


1) Integrated dual telemetry transmitter elements capable of operation in a "Master- Slave" configuration, synchronously driven by the same clock/data source, at the same frequency and mode, for Space Time Coding (STC) operation, or, of being independently driven by separate, internally clocked, data sources, at the same, or different, frequencies and modes, for other telemetry configurations.
2) Airworthy design, materials, and packaging appropriate to the rigors of rotor flight.
3) 28 Volt DC (Nominal) operating voltage, +/- 6VDC minimum safe operating range.
4) 10 Watts (+40 dBm) minimum RF power output per each transmitter element. Higher wattage outputs highly preferred if available.
5) Base transmitter package area, not including any heat sink provisions, should not exceed 22.5 cubic inches; smaller is highly preferred if available.
6) Selectable RF output settings per each transmitter element; two levels minimum. Each setting configurable in increments over the RF power output range.
7) SMA Female RF power output connectors.
8) MDM-15 Female primary signal interface connector for DC power, clock, data, and control signals.
9) RS-422 Clock and Data interfaces; 120 ohm differential.
10) RS-232 Serial Control interface. Fixed baud rate.
11) Variable rate, auto-scaling of deviation and filter bandwidth.
12) Selectable LDPC Forward Error Correction Encoding capability.
13) Selectable continuous carrier capability in the absence of data.
14) Multiple frequency band capability, minimally covering the following frequency ranges in 0.5 MHz tuning steps - 1435.5 MHz-1534.5 MHz, 1750.0 MHz-1855.0 MHz, 2200.5 MHz-2394.5 MHz, 4400.0 MHz-4950.0 MHz, 5091.0 MHz-5250.0 MHz. Wider tuning ranges are highly preferred if available.
15) Multiple, high bit rate data modes, minimally capable of covering the following Advanced Range Telemetry (ARTM) modes - Tier 0 (PCM/FM) between 0.05-23 Mbps, Tier I (SOQPSK-TG) between 1-46 Mbps, and Tier II (Multi-h CPM) between 1-46 Mbps. Additional modes, and/or wider bit rates are highly preferred if available.
16) RF output protection for open, short, and high mismatch RF load conditions.
17) Implementation accessories available for telemetry transmitters including - 36" minimum length MDM-15 Male connectorized system interface pigtail for each of two aircraft mounted transmitter system, a single 36" minimum length MDM-15 Male connectorized maintenance breakout harness with banana plugs for DC Power/Ground, BNC Male connectors for clock/data, and DE9 Female connector for Serial Control for the shared spare maintenance telemetry transmitter system, and a thermally controlled active heat sink/fan capability for each transmitter element, or transmitter system, including thermal interface pads and jumper cable assemblies capable of being powered from the existing transmitter wiring without modification. Factory installation of the heat sink/fan assemblies highly preferred.
18) Comprehensive technical specification, system user interface documentation, and technical support for transmitter system implementations and licensing activities.
19) Product warranty and service support policies to be provided.
20) Delivery Date: March 31, 2017 or sooner.


The provisions and clauses in the RFQ are those in effect through FAC 2005-89 dated July 14, 2016.


This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334511 and 750 employees respectively. The offeror shall state in their offer their size status for this procurement. Offerors must have current registration and Representations and Certifications in the website www.sam.gov, and provide the firm's DUNS number with their offer. Quotes shall be inclusive of FOB Destination, delivery to NASA Ames Research Center, Moffett Field, CA 94035.


Offers for the item(s) described above shall be submitted by September 12, 2016, 10:00 a.m. PST, via email to Mike Lehner, Contract Specialist, at michael.m.lehner@nasa.gov and must include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty information (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml. All responsible sources may submit an offer which shall be considered by the agency.


Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is an other than domestic end product(s) as defined in the clause entitled "52.225-1 Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.


FAR 52.212-2 (OCT 2014), Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement, delivery schedule, and price. Technical capability and delivery schedule, when combined, are more important than price. Technical acceptability will be determined by a review of information submitted by the offeror which shall provide a description or descriptive literature showing the product offered meets the Government's requirements.


FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows:
Invoices shall be prepared, and payments will be made in accordance with the Prompt Payment Clause of this contract. Invoices shall be sent to NASA Shared Services Center (NSSC) address as specified in the contract for electronic payment of funds pursuant with FAR clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013).
52.247-34, F.o.b. Destination
1852.225-70, Export Licenses
1852.237-73, Release of Sensitive Information


FAR 52.212-5 (JUN 2016), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.225-1 Buy American-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management


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
NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.


Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).


All contractual and technical questions must be in writing (e-mail) to Mike Lehner not later than September 2, 2016. Telephone questions will not be accepted.


Michael Lehner, Contract Specialist, Phone 6506041192, Email michael.m.lehner@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP