Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2011 FBO #3508
SOLICITATION NOTICE

60 -- FIBER TRANSPORT FOR VIDEO AND DATA SYSTEM

Notice Date
7/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK11LB20Q
 
Response Due
7/8/2011
 
Archive Date
7/1/2012
 
Point of Contact
Jennifer L Dorsey, Contract Specialist, Phone 321-867-0337, Fax 321-867-4884, Email jennifer.l.dorsey@nasa.gov - Gina E Hudak, Contract Specialist, Phone 321-867-1274, Fax 321-867-4848, Email gina.e.hudak@nasa.gov
 
E-Mail Address
Jennifer L Dorsey
(jennifer.l.dorsey@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued.The Kennedy Space Center (KSC) has a requirement for a Fiber Transport for Video and DataSystem. The Fiber Transport will be used to support NASAs Launch Services Program (LSP)at KSC. This notice is being issued as a Request for Quotation for the following:Item Description:Quantity:Min. 10 slot chassis that can CWDM up to 18 signals that can transport Video/Ethernet/422onto 1 Single mode Fiber. This equipment shall be compatible with the Harris fiber cardsspecified in attached drawing.Specifics:-Min. 2RU Frame  Max. 2 frames with a total of 3 RUs-Dual Power SuppliesoMin. 100-260 VAC (PWR-AC15/15/5/5 V), Output voltages: +/-5 V, +/-15V DC. -Min. of 10 slots that can have the following cards:oMin. 3GHD Electrical to Optical converter and Optical to Electrical2 inputs Data rate NRZ: 19.4Mbps 2970 MbpsImpedance 75 ohmConnector BNCCan provide more per requestoEthernet to Optical converter and Optical to Ethernet2 inputs 10BaseT/100BaseTx on RJ-45o14-channel optical to electrical converter SFP optical plug-insdual hot pluggable SFP receivers/sendersSFP 1470,1510,1550,1590o14-channel electrical to optical converter SFP optical plug-insdual hot pluggable SFP receiversReceives any wavelengtho8x422 to optical converter and optical to 422omanagement cards that supports SNMP1Delivery Schedule:Delivery date no later than August 1, 2011.Per FAR 52.212-4, Contract Terms and Conditions--Commercial Items - Government acceptanceis deemed to occur constructively on the 45th day after the Contractor delivers thesupplies or performs the services in accordance with the terms and conditions of thecontract.Offer InformationAll responsible sources may submit an offer which shall be considered by the agency.Interested organizations may submit their quotation and detailed capabilities andqualifications to perform this effort in writing to the identified point of contact nolater than 10:00am time on July 8, 2011. Such detailed capabilities and qualificationsmust demonstrate in writing the ability to meet this requirement and will be evaluatedsolely for the purpose of determining ability to meet requirement specifications. Offers for the items(s) described above are due by July 8, 2011, 10:00am (EST) toNASA-KSC, Attn: jennifer.l.dorsey@nasa.gov, OP-LS, KSC, FL 32899 orjennifer.l.dorsey@nasa.gov. Response via email is preferred.Offers must include solicitation number, FOB destination to KSC, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Oral communications are not acceptable in response to this notice. All responsiblesources may submit an offer which shall be considered by the agency. The Government intends to acquire a commercial item using FAR Part 12. An Ombudsman has been appointed. See NASA Specific Note 'B'. In accordance with FAR 19.502-1(2), this acquisition is set aside for small business. TheNAICS Codes and the small business size standard for this procurement are 334220,750 employees. The offeror shall state in their offer their size status for thisprocurement.The DPAS rating for this procurement is DO-C9.Evaluation Criteria:Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, price and other factors considered. The following factors shall be usedto evaluate offers in order of descending importance:(i)Technical capability of the item offered to meet the Government requirement,including meeting the required delivery date of August 1, 2011(ii)Price(iii)Past PerformanceOfferors shall provide 3 references from contracts within thepast 3 years for the same or functionally similar products with similar periods ofperformance to this Telemetry Data Processor. Offerors may provide information concerningproblems encountered in the identified contracts as well as any corrective actions. If anofferor does not have relevant past performance, then the offeror will not be ratedfavorably or unfavorably on past performance. All evaluation factors other than price, when combined, are significantly more importantthan price. Provisions and Clauses The provisions and clauses in the RFQ are those in effect through FAC 2005-50.The required delivery date is July 29, 2011. It is critical that offerors provideadequate detail to allow for evaluation of their offer. (See FAR 52.212-1(b)). Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructionsto Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin (See FAR 52.225-1).FAR 52.212-4 (June 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Dec 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78)(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive Orders applicable to acquisitions of commercialitems: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010)(E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-50, Combating Trafficking in Persons (FEB 2009) XX 52.223-6, Drug-Free Workplace (MAY 2001) XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s.,proclamations, and statues administered by the Office of Foreign Assets Control of theDepartment of the Treasury). XX 52.227-19, Commercial Computer Software License (DEC 2007) XX 52.232-1, Payments (AUG 1984) XX 52.232-8, Discounts for Prompt Payment (FEB 2002) XX 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) (31 U.S.C. 3332) XX52.233-1, Disputes (JUL 2002) XX52.249-4, Termination for Convenience of the Government (Services) (Short Form)(AUG 1984) XX52.252-2, Clauses Incorporated by Reference (FEB 1998)The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/far/The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmOfferors must be registered in the Central Contractor Registry (CCR) per FAR 4.11. Toregister, please visit the following URL: https://www.bpn.gov/ccr/default.aspx. Offerors must be registered in Online Representations and Certifications Application(ORCA) per FAR 52.204-8. To register, please visit the following URL:https://orca.bpn.gov/login.aspx. It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11LB20Q/listing.html)
 
Record
SN02488368-W 20110703/110701234627-bf6e16d9e9ffac67f8c02cd399c8e728 (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.