Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2016 FBO #5374
SOLICITATION NOTICE

70 -- GPS Constellation Signal Simulator - Statement of Work

Notice Date
8/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NNG16593195Q
 
Archive Date
9/6/2016
 
Point of Contact
Georgeana Green, Phone: 3012867213
 
E-Mail Address
georgeana.l.green@nasa.gov
(georgeana.l.green@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Quotation: NNG16593195Q NASA's GSFC has a requirement to modernize the on-site Global Positioning System (GPS) signal simulators located in the Formation Flying Testbed facility (FFTB). This test facility is used to research, develop, test and verify GPS receivers for NASA missions and experiments. This commercial acquisition modernizes the FFTB while still maintaining compatibility with other institutions, within and outside of NASA, which perform similar work. The hardware in the facility is currently being used to verify orbit determination algorithms and circuitry for the Neutron Star Interior Composition Explorer (NICER), Station Explorer for X-ray Timing and Navigation Technology (SEXTANT) and Global Ecosystem Dynamics Investigation Lidar (GEDI) missions. The FFTB makes frequent use of 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. See the GPS Constellation Signal Simulator Statement of Work, which details the requirements. 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 NNG16593195Q. 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 2005-89. The solicitation has been prepared with the intent to award on a sole source basis to Spirent Federal Systems located at 1402 W. State Rd, Pleasant Grove, Utah, 84062. The Spirent simulators are compatible with the existing simulators held in the FFTB. 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 North American Industry Classification System (NAICS) Code for this acquisition is 334515; Small Business Size: 750 Employees. NASA GSFC requires four (4) new GPS Simulators capable of generating RF signals for the following Global Navigation Satellite Systems (GNSS): GPS L1 and GPS L2. And two (2) of the following systems: GPS L5, GLONASS L1, GLONASS L2, Galileo E1, Galileo E5ab, Galileo E6, BeiDou B1 or BeiDou B2. Below outlines existing equipment that NASA GSFC intends to exchange or sell for credit to acquire new property as stated in the GPS Constellation Signal Simulator Statement of Work. Unit #: MODEL SN RACK UNIT CAL Unit 1: GSS 4760 2142 3015345 FFTB Rack 2 Master 05/29/16 Unit 2: GSS 4760 2141 2373599 FFTB Rack 2 Aux 05/29/15 Unit 3: GSS 4760 2092 3079321 FFTB Rack 1 Master 09/09/15 Unit 4: GSS 4760 2091 3076763 FFTB Rack 1 Aux 09/09/16 The delivery of the items to be acquired and the place of delivery is stated in the GPS Constellation Signal Simulator Statement of Work. The place of acceptance and FOB point is Destination. Quotes submitted on a basis other than f.o.b. destination will be rejected as nonresponsive. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial 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, 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 Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial 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 (Oct 2015) • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) • 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) • 52.219-8, Utilization of Small Business Concerns (Oct 2014) • 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) • 52.222-3, Convict Labor (June 2003) • 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) • 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 2014) • 52.222-37, Employment Reports on Veterans (Feb 2016) • 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) • 52.222-54, Employment Eligibility Verification (Oct 2015) • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) • 52.225-1, Buy American Act-Supplies (May 2014) • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) The following FAR/NASA FAR terms and conditions apply to this acquisition: • 52.204-99, System for Award Management Registration (AUG 2012) (DEVIATION) • 52.211-6, Brand Name or Equal (AUG 1999) • 52.223-6, Drug-Free Workplace (MAY 2001) • 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) • 1852.225-70, Export Licenses (FEB 2000) • 1852.237-73, Release of Sensitive Information (JUN 2005) • 1852.227-86, Commercial Computer Software - Licensing (DEC 1987) * 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. All questions/clarifications are due no later than August 15, 2016 at 5:00pm Eastern Standard Time. Offers shall be e-mailed to: Georgeana L. Green, Contract Specialist, at georgeana.l.green@nasa.gov. Offers are due no later than August 22, 2016 at 5:00pm Eastern Standard Time. Offers shall be e-mailed to: Georgeana L. Green, Contract Specialist, at georgeana.l.green@nasa.gov. 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/notices/545a1feebab704eaa1c2c73df452bfe8)
 
Place of Performance
Address: NASA/GSFC, Greenbelt, Maryland, 20771, United States
Zip Code: 20771
 
Record
SN04213929-W 20160810/160808235405-545a1feebab704eaa1c2c73df452bfe8 (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.