Federal Bid

Last Updated on 03 Jul 2019 at 8 AM
Combined Synopsis/Solicitation
Boulder Colorado

Portable Satellite System

Solicitation ID NB671000-19-02196
Posted Date 11 Jun 2019 at 4 PM
Archive Date 03 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Boulder Colorado United states
DESCRIPTION:
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVLAUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES

This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-89)
1352.215-72 INQUIRIES (APR 2010)

Offerors must submit all questions concerning this solicitation in writing to the contracting officer within three (3) days of the posting. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
(end of provision)

The associated North American Industrial Classification System (NAICS) code for this procurement is 517410, Satellite Telecommunications, with a small business size standard of $32.5 Million. This requirement is being competed as full and open procurement. Any vendor, regardless of size, may submit a quote.

The National Institute of Standards and Technology (NIST) has a requirement for the purchase of a Portable Satellite System.

Attached are the Specifications for solicitation NB671000-19-02196. Please submit a quote for the required Portable Satellite System that meet the requirements.

This RFQ is conducted under the authority of FAR 13 Simplified Acquisitions with NAICS code 517410, Satellite Communications, with a small business size standard of $32.5 Million.

All communications and documents must include the solicitation # NB671000-19-02196. Please email your quote to me at [email protected] no later than June 18, 2019, 10:00 AM Mountain. Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at [email protected] no later than June 12, 2019. Your quote must meet all requirements of FAR 52.212-1, as well as include the following information:

• Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications.
• Firm fixed price quote for Portable Satellite System.
• Payment Terms: Net 30.
• The requested delivery is within 60 days after receipt of the order (ARO). FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award.
• Company DUNS No. To be eligible for this award, the quoter must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration.

The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in this solicitation. Quote shall include shipping costs. NIST reserves the right to ship under NIST provided account.

BASIS OF AWARD:

Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached Specifications. This will be a firm fixed price purchase order.

The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter's initial quotation should contain the quoter's best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the quoter with the lowest priced quotation.

TECHNICAL CAPABILITY:
Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an "unacceptable" technical rating.

PRICE:

Price shall be evaluated for reasonableness.

FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a fixed price contract to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached statement of work.

FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the Online Representations and Certifications Application (ORCA), which must be uploaded to the System for Award Management (SAM) at www.sam.gov.

FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are:

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, Equal Opportunity 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 Act-Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer

FAR 52.252-1, Solicitation Provisions Incorporated by Reference:
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm

FAR 52.225-18 - Place of Manufacture.
FAR 52.232-15, Progress Payments Not Included
CAR 1352.213-70, Evaluation Using Simplified Acquisition Procedures
CAR 1352.215-70, Proposal Preparation
CAR 1352.233-70, Agency Protests
CAR 1352.233-71, GAO and Court of Federal Claims Protests

FAR 52.252-2, Clauses Incorporated by Reference:
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.247-34, FOB Destination

CAR 1352.201-70, Contracting Officer's Authority
CAR 1352.209-73, Compliance with the Laws
CAR 1352.209-74, Organizational Conflict of Interest

CAR 1352.246-70, Place of Acceptance (APR 2010)
(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.
(b) The place of acceptance will be:
NIST
Shipping and Receiving
325 Broadway
Boulder, CO 80305

NIST LOCAL-04 BILLING INSTRUCTIONS
(a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to [email protected].
(b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract.
(c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to:
NIST
Accounts Payable Office
100 Bureau Drive, Mail Stop 1621
Gaithersburg, MD 20899-1621

NIST LOCAL - 39, NIST LOCAL-39 MARKING/PACKING INSTRUCTIONS
(1) If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis.

(2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual
Components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is
Required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an
Issuable unit.

(2) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers.

NIST LOCAL-53 Contract Performance During Changes in NIST Operating Status Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), that will impact normal days of business operation, such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status:

Gaithersburg Campus Operating Status Line:
(301) 975-8000
(800) 437-4385 x8000 (toll free)
Boulder Campus Operating Status Line:
(303) 497-4000

During a lapse in appropriation, access to Government facilities and resources, including equipment and systems, will be limited to excepted personnel for both Federal employees and Contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless you have been, or are notified that you are to work under an excepted status, you will automatically enter a temporary work stoppage. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at https://www.nist.gov/ and/or the NIST operating status lines. Additionally, Contractors are encouraged to monitor public broadcasts or the Office of Personnel Management's website at www.opm.gov for the Federal Government operating status.

NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer's Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed.

Contractors with supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would cause the government to incur additional obligations during the lapse in appropriation may continue performance.


If you have any questions, please do not hesitate to contact me at [email protected].


Aron Krischel
Contracting Officer for National Institute of Technology
325 Broadway
Boulder, CO 80305

REQUIREMENTS DOCUMENT

TITLE: Portable and Rugged Satellite System for Deployable Systems

LAB REQUESTING SERVICE: Communications Technology Laboratory (CTL), Public Safety Communications Research (PSCR) Division

I. BACKGROUND INFORMATION
The PSCR division provides research, development, testing, and evaluation to foster nationwide communications for the public safety community. Broadband deployable systems (DS) are an essential component for providing coverage to Next Generation First Responders under the Nationwide Public Safety Broadband Network. Especially for urgent and emergency situations, availability of deployable systems is a critical need for remote areas where complete coverage is not feasible, areas with extreme congestion due to large-scale events or incidents, and areas where installed resources are compromised.

II. DESCRIPTION
PSCR has a requirement for a rugged, quickly assembled, and portable satellite system to provide backhaul connection for the DS. The satellite system will be used primarily for research purposes; thus its operation schedule is unpredictable and usage is limited.

III. SPECIFICATIONS
The contractor shall provide a portable and rugged satellite which shall, at a minimum, meet the following specifications:
1. Operating band: Ka-band for voice and data communications
2. Coverage: Continental United States plus additional coverage for North and South American countries.
3. Voice and data communications: Downlink throughput - 25 Mbps; Uplink throughput - 3 Mbps
4. Carrying cases: one (1) for the modem/terminal plus boom arm; one (1) for the antenna/reflector
5. Assembled, disassembled, carried and operated by one person
6. Operating power: North America nominal 120V AC
7. Solar power panel with battery and inverter to provide backup power
8. GPS and compass
9. Modem/Terminal (all values shall not exceed stand-alone specifications or, when a range is indicated, shall fall within the specified range):
a. Weight: 2 lbs
b. Height: 10 inches
c. Width: 3 inches
d. Depth: 10 inches
e. Operating temperature: 5° C to 40° C
f. Operating altitude: up to 15,000 ft
g. Operating humidity range: 5% to 90% non-condensing
h. Cooling method: convection
i. Network interface ports: RJ-45 Ethernet LAN port supporting 10BaseT, 100BaseT, or 1000BaseT operation
j. Protocol support: TCP/IP protocol suite
k. WiFi: 802.11ac 2.4G and 5G
l. Terminal plus boom arm can be disassembled and fit in a carrying case 40 inches x 15 inches x 20 inches
m. Total weight including case: shall not exceed 60 lbs
10. Satellite Antenna/Reflector (all values shall not exceed stand-alone specifications or, when a range is indicated, shall fall within the specified range):
a. Effective aperture: 39 inches
b. Material: 2-piece lightweight composite
c. Operating frequencies: Tx, 28-30 GHz; Rx, 18-21 GHz
d. Gain (+/- 0.2dB): Tx, 47 dBi @ 30.0 GHz; Rx, 44 dBi at 20 GHz
e. Radio EIRP: 48 dBW
f. Operational wind loading: Without ballast, 30 mph; With ballast and staking, 60 mph
g. Operating temperature: 30° C to 60° C
h. Humidity: 0 to 100% (Condensing)
i. Reflector Transit Case: 44 inches x 10 inches x 32 inches radius
j. Mount: 40 inches x 18 inches x 14 inches
k. Reflector Weight Without Case: 19 lbs
l. Total weight including case: less than 40 lbs

IV. TRAINING
The Contractor shall provide customer on-site training to include antenna assembly/disassembly, VSAT peaking, modem configuration, satellite modem commissioning/decommissioning, basic VSAT troubleshooting, and the repair process.

V. WARRANTY
Contractor's standard commercial hardware and software warranty consisting of a base year plus two (2) option years.

VI. MAINTENANCE
Contractor's standard commercial maintenance to include software support, software updates, and technical assistance consisting of a base year plus two (2) option years.

VII. DELIVERY
Sixty (60) days after receipt of order (ARO)

VIII. DELIVERABLES
Description Qty Due Date
Portable and rugged satellite system 1 60 days ARO
Standard commercial warranty: base + 2 option years 1 60 days ARO
Standard maintenance to include upgrades and technical support: base + 2 option years 1 60 days ARO

IX. PLACE OF PERFORMANCE
Annual maintenance, upgrades, and support will be performed via phone, website, email, and on-site at NIST, Boulder, CO.

X. PERFORMANCE REQUIREMENT SUMMARY
Prior to acceptance and final payment, PSCR personnel will perform basic measurement and performance tests to ensure that the requirements have been met.

Bid Protests Not Available

Similar Past Bids

Boulder Colorado 15 Apr 2020 at 9 PM
Boulder Colorado 20 Dec 2018 at 3 PM
Boulder Colorado 08 Jan 2018 at 1 PM
Boulder Colorado 10 Jun 2020 at 9 PM
Boulder Colorado 31 May 2019 at 10 PM

Similar Opportunities

Columbus Ohio 11 Jul 2025 at 4 AM
Location Unknown 11 Jul 2025 at 3 PM
Enid Oklahoma 07 Aug 2025 at 4 PM
Enid Oklahoma 07 Aug 2025 at 4 PM