Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOLICITATION NOTICE

60 -- Emcore Optiva X-Band RF/Fiber Transmitter & Receiver (Brand Name Req) - Combined Synopsis/Solicitation - Brand Name Justification

Notice Date
2/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16578484Q
 
Archive Date
3/26/2016
 
Point of Contact
Christina Johnsen, Phone: 3218676329
 
E-Mail Address
christina.m.johnsen@nasa.gov
(christina.m.johnsen@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification Combined Synopsis/Solicitation 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; quotes are being requested and a written solicitation will not be issued. The solicitation number NNK16578484Q shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. This is a set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a size standard of 750 Employees. The requirement for this acquisition is to provide and deliver the following items listed below to NASA KSC, FL: 1. Emcore Optiva OTS-2T/S5-0710-00-10-FA-12-35-1 X-Band Transmitter; Qty: 1 Ea 2. Emcore Optiva OTS-2R/S5-0710-10-FA-00-2-15-1 X-Band Receiver; Qty: 1 Ea This is a Brand Name requirement. Please see attached Brand Name Justification. Country of the manufacture_________________ Estimated Delivery Time: ____________ Warranty: _______________ FOB: Destination Ship to address: NASA/KSC ISC Receiving Bldg., M6-744 Kennedy Space Center, FL 32899 NOTICE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly label the item GSA or open market. Include your GSA contract schedule number for the items identified, and provide the expiration date of the contract schedule. FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and the following addendum applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence is revised as follows: "The NAICS code and small business size standard for this acquisition appear above." RFQ Due Date: 11 Mar 2016 RFQ Due Time: 4:00 PM EST E-mail Quote to: christina.m.johnsen@nasa.gov Note:.zip files are not an acceptable format for the Network and will not go through our e-mail system. All questions regarding this solicitation must be e-mailed to christina.m.johnsen@nasa.gov by 4:00 PM EST on 4 Mar 2016. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. Please provide the following information with your quote: DUNS Number: Cage Code: Tax ID Number (TIN): *Number of Employees: *Total Yearly Revenue: *Information required for determining the size of the business for the NAICS referenced above Offers must include the following: Solicitation Number: NNK16578484Q FOB: Destination Shipping Cost Included? Yes No Estimated Delivery Date: Discount/Payment Terms: Warranty Duration if applicable): Special Commercial Terms(if applicable): The offer must be signed by an authorized company representative. Prospective offerors may notify this office via e-mail of their intent to submit an offer. It is the offeror's responsibility to monitor this site for release of solicitation amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). 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 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror 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): http://www.acquisition.gov/far/ FAR 52.225-18 Place of Manufacture (Sep 2006) (a) Definitions. As used in this clause- (b) "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. Discussions: The government intends to award a purchase order without discussions with respective vendors. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in System for Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited are applicable: 52.202-1 Definitions (NOV 2013) 52.203-5 Covenant Against Contingent Fees (MAY 2014) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.203-7 Anti-Kickback Procedures (MAY 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.216-24 Limitation of Government Liability (APR 1984) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2015) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (MAY 2014) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran-Representation and Certification (OCT 2015) 52.232-1 Payments 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 2002) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-1 Disputes (Jul 2002) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1 Changes-Fixed Price (AUG 1987) The following NASA FAR Supplement provisions and clauses are also applicable to this procurement: 1852.215-84 Ombudsman. (NOV 2011) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. (b) If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman, whose name, address, telephone number, facsimile number, and e-mail address may be found at: http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the Agency ombudsman identified at the above URL. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer or as specified elsewhere in this document. (End of clause) 1852.233-70 Protests to NASA. (OCT 2002) 1852.237-73 Release of Sensitive Information. (JUN 2005)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16578484Q/listing.html)
 
Place of Performance
Address: Kennedy Space Center, Florida, 32899, United States
Zip Code: 32899
 
Record
SN04032508-W 20160228/160226234342-5956d3ef1b86209e34196f6d88dafca9 (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.