Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SOLICITATION NOTICE

67 -- STRAINED LAYER SUPERLATTICE - SLS- CAMERA

Notice Date
9/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA14525001Q-RAJ
 
Response Due
10/14/2014
 
Archive Date
9/29/2015
 
Point of Contact
Rachel A. Jandron, Contract Specialist, Phone 650-604-2655, Fax 650-604-0912, Email rachel.a.jandron@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Rachel A. Jandron
(rachel.a.jandron@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation 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; offers are being requested and a written solicitation will not be issued. Award will be made using Simplified Acquisition Procedures for commercial items, in accordance with FAR Part 12 and 13. This notice is being issued as a Request for Quotations (RFQ) for a Strained Layer Superlattice (SLS) focal plane array (FPA) detector. The SLS Camera will be used for conducting laboratory and field measurements involving thermal and radiometric imaging at infrared (IR) wavelengths. These applications require a ruggedized camera assembly for integration and operation with facility and test equipment. The SLS Camera will be subjected to a range of environmental and imaging extremes. A statement of work and required specifications will be posted with this RFQ. The NAICS Code and the small business size standard for this procurement is 333316 and 1,000 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA ARC: Offerors shall state their best delivery date in their quotation. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:00pm PT October 14, 2014 to Rachel Jandron at Rachel.A.Jandron@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), company CAGE code and DUNS number, 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.na sa.gov/Services/NEFS/NEFSHome.tml Offerors are required to be currently registered in the System for Award Management (www.sam.gov). Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s)as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: NASA FAR Supplement 1852.223-72 Safety and Health (Short Form); 1852.225-70 Export Licenses; 1852.237-73 Release of Sensitive Information. FAR 52.212-5 (JUL 2014), 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 Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child LaborCooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 Buy AmericanSupplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.247-34 FOB Destination. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Rachel Jandron not later than 12:00 noon PT October 6, 2014. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, proposed delivery date, and past performance. Other critical requirements: see attached Statement of Work for required specifications. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may also be completed at the offeror's System for Award Management registration (www.sam.gov). 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/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi.Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Information about major upcoming ARC procurement actions is available at http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA14525001Q-RAJ/listing.html)
 
Record
SN03535551-W 20141001/140930022249-bdb759f212287f195b88a08ce7326853 (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.