Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2008 FBO #2307
SOLICITATION NOTICE

58 -- MULTI-CHANNEL DIGITAL INTERCOMMUNICATIONS SYSTEMS

Notice Date
3/19/2008
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NASA Business Management Division, Acquisition Management Office, Code BA30, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS08239332R
 
Response Due
6/2/2008
 
Archive Date
3/19/2009
 
Point of Contact
Sonia Rushing, Contract Specialist, Phone 228-688-1620, Fax 228-688-1141, Email sonia.rushing-1@nasa.gov - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email james.huk@ssc.nasa.gov
 
E-Mail Address
Email your questions to Sonia Rushing
(sonia.rushing-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The NASA/SSC Acquisition Management Office intends to issue a Best Value Request for Proposal (RFP) for the project entitled ?Complex Multi-Channel Digital Intercommunications System? for the A/B Test Complexes and support facilities at the National Aeronautics and Space Administration?s (NASA) John C. Stennis Space Center, Mississippi. This acquisition will be procured via the award of Delivery Orders issued against the basic contract. Contractor is to provide all resources necessary to supply the following in accordance with the terms and conditions of the solicitation: Complex Digital Intercom Communications System for the A/B Complex Program. The work for this requirement consists of, but is not limited to the following: Providing the design and delivery of hardware and software (if required) for a Multi-Channel Digital Intercom Communications System to Stennis Space Center. The system must provide a minimum of 24 or more channels that can interface to 10 or more locations within the SSC Test Complex. The system shall be capable of providing station counts between 1 and up to 50 units per location and be expandable to 50% above the installed volumes. The system must use the existing fiber optic backbone for the communications link between core equipment. Outdoor intercom stations must be certified to operate in a hazardous environment at a rating of Class I Division II Group B or better without purging. Certification must be from a nationally recognized testing laboratory. In addition to the outdoor intercom stations, there is a need for indoor stations and rack mounted stations. The system must be able to interface to existing hardware and ancillary devices including headsets, wireless belt packs, wireless microphones, radios, recording devices etc. FOB is Destination. The government intends to issue subject solicitation (RFP) under Commercial Procedures in accordance with FAR Parts 12 and 13. It is anticipated that only one award will be made for this requirement, and any resulting award shall be made in the form of a single award firm fixed price (FFP) contract. The DPAS Rating for this procurement is anticipated to be DO-9. The NAICS Code and Small Business Size Standard are 334290 and 750 employees, respectively. It is anticipated that this action will be issued as a set-aside for small businesses only. All responsible small business sources may submit a proposal, which shall be considered by this agency. The Specifications will be included in the solicitation. The Government reserves the exclusive right to award to other than the low offeror on this ?Best Value? procurement. The evaluation factors for this procurement are in development and will possibly include Technical Compliance, Past Performance, Schedule, and Price. The anticipated issue date of subject RPF is on or about April 16, 2008 with an anticipated closing date of June 02,2008. The firm date for receipt of proposals will be stated in the subsequent RFP. All contractual and technical questions regarding this acquisition shall be submitted in writing via e-mail to sonia.rushing-1@nasa.gov (cc: james.d.huk@nasa.gov) not later than May 5, 2008. Telephone or faxed questions will not be accepted. ***Offerors are responsible for monitoring this site for the release of the solicitation and any associated documentation or amendments.*** An ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64#129220
 
Record
SN01536779-W 20080321/080319231550 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.