Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 04, 2013 FBO #4059
SOLICITATION NOTICE

66 -- GLOBAL POSITIONING SYSTEM SIMULATOR

Notice Date
1/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG13450485Q
 
Archive Date
1/2/2014
 
Point of Contact
Antwan G Reid, Contracting Officer, Phone 301-286-4242, Fax 301-286-8371, Email Antwan.G.Reid@nasa.gov
 
E-Mail Address
Antwan G Reid
(Antwan.G.Reid@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC has a requirement to modernize the Formation Flying Testbed facility (FFTB), which is used to test and verify a spacecrafts ability to determine its position in relation to other spacecrafts or in relation to the Earth. The FFTB makes frequent use of Global Positioning System (GPS) constellation signal simulators to generate the Radio Frequency (RF) environment required to test spacecraft subsystems. The Government requires highly specialized and complicated GPS constellation signal simulators that generate the appropriate signals over the highly dynamic conditions. The GPS Simulator Statement of Work, which details the requirements, may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NNG13450485Q. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63. The solicitation has been prepared with the intent to award on a sole source basis to Spirent Federal Systems located at 22345 La Palma Ave., Suite 105, Yorba Linda, California, 92887. All other offerors may submit a written quote via e-mail that will be reviewed by the Government. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. The Government intends to enter into a Firm-Fixed-Price contract. The North American Industry Classification System (NAICS) Code for this acquisition is 334220; Small Business Size: 750 Employees. Items to be acquired are the following: (1) a 4- RF output GPS constellation signal simulator system, (2) a 2-RF output GPS constellation signal simulator subsystem, (3) additional hardware to expand the capability of a previously acquired 2-RF output GPS signal simulator subsystem from 12 simulation channels to 16 simulation channels in L1, L2 and L5, requiring eight channel cards in total, (4) a distribution unit for connecting the previously acquired 2-RF output GPS constellation signal simulator subsystem with the 2-RF output GPS constellation signal simulator subsystem acquired by this procurement, and (5) integration and initial calibration of the 4-RF output GPS constellation signal simulator system which will be created by combining the previously acquired 2-RF output GPS constellation signal simulator subsystem with the 2-RF output GPS constellation signal simulator subsystem acquired by this procurement. The delivery of the items to be acquired shall be no later than 18 weeks after the contract award date. The place of delivery is included in the GPS Simulators Statement of Work. The place of acceptance and FOB point is Destination. The provision at 52.209-5, Certification Regarding Responsibility Matters, applies to this acquisition. The provision at 52.209-7, Information Regarding Responsibility Matters, applies to this acquisition. The provision at 52.212-1, Instructions to OfferorsCommercial, applies to this acquisition. The provision at 52.212-2, EvaluationCommercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Descending Order of importance: 1) Technical Capability of the items offered to meet the Government requirement, 2) Price, and 3) Past Performance. Technical capability and past performance, when combined, are significantly more important than Price. The offeror shall submit, as part of its quote, existing product literature in addition to information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone and fax) of a contact for each contract listed. The offeror should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offeror. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of an offeror with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and CertificationsCommercial Items, Alternate I with its offer. The clause at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) 52.222-3, Convict Labor (June 2003) 52.222-19, Child LaborCooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (SEP 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-54, Employment Eligibility Verification (JUL 2012) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American ActSupplies (Feb 2009) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) The following FAR/NASA FAR terms and conditions apply to this acquisition: 52.204-99, System for Award Management Registration (August 2012) (DEVIATION) 1852.215-84, Ombudsman (NOV 2011)*; 1852.219-76, NASA 8 Percent Goal (JUL 1997) 1852.223-72, Safety and Health (short form)(APR 2002) 1852.223-75, Major Breach of Safety or Security (FEB 2002), with Alternate I (FEB 2006) 1852.225-70, Export Licenses (FEB 2000) 1852.237-73, Release of Sensitive Information (JUNE 2005) 1852.227-86, Commercial Computer Software Licensing (DEC 1987) 1852.246-72, Material Inspection and Receiving Report (AUG 2003) * The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. This is not a Defense Priorities and Allocations System (DPAS) rated order. Offers are due no later than January 17, 2013 at 5:00pm Eastern Standard Time.Offers shall be e-mailed to: Antwan G. Reid, Contracting Officer, at Antwan.G.Reid@nasa.gov. All questions/clarifications must be submitted in writing via e-mail to Antwan.G.Reid@nasa.gov no later than January 10, 2013.This synopsis shall not be construed as a commitment by the Government, nor will the Government pay for the information solicited. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG13450485Q/listing.html)
 
Record
SN02957389-W 20130104/130102233624-5fde26215f522b5eb35cb3cab8db137d (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.