Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2016 FBO #5419
SOLICITATION NOTICE

58 -- C-Band Transponders

Notice Date
9/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA16602976Q
 
Archive Date
10/26/2016
 
Point of Contact
Marianne Shelley, Phone: 6506044179
 
E-Mail Address
marianne.shelley@nasa.gov
(marianne.shelley@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Agency (NASA) Ames Research Center (ARC) has a requirement for Quantity Two (2) C-Band Transponders. This notice is a combined synopsis/solicitation (NNA16602976Q) 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, which is issued as a Request for Quotation (RFQ); quotations are being requested and a written solicitation will not be issued. Background: The NASA Ames Adaptable, Deployable, Entry and Placement Technology (ADEPT) is planning a small flight experiment on a sub-orbital sounding rocket flight. The ADEPT payload, called SR-1, will be delivered to an altitude of approximately 120 km over the White Sands Missile Range after separation from the UP Aerospace SpaceLoft sounding rocket. SR-1 will re-enter and be recovered. In order to best facilitate ground tracking of the SR-1 during exo-atmospheric and descent through the atmosphere, it is planned to carry a C-band transponder as part of the SR-1 payload instrumentation suite. C-Band Transponder Specifications: Dimensions: Approximately (not to exceed) 10.5cm x 6.0cm x 3.5cm (not including power supply and antenna). Mass: Less than 500 grams Power: Input voltage 22-32 VDC, Input current ~ 200mA Features: - 20 W minimum peak power operating over 5.4 to 5.9 GHz frequencies. - Compatible with ground tracking assets at WSMR. Provide experience history of transponder at WSMR flight operations. - Compatible with expected launch environments associated with UP Aerospace SpaceLoft sounding rocket (http://www.upaerospace.com/Services.html). - Meets MIL specs as called out in WSMR Range Customer Handbook (Sept 2012 edition) Transponder Instrumentation Appendix. Delivery date to NASA: ADEPT SR-1 will require delivery of the transponders for integration and functionality testing by February 1, 2017. This RFQ requests vendors to provide a timeline (lead time) for delivery after award. Quantity to purchase: Two (02). The provisions and clauses in the RFQ are those in effect through FAC Number 2005-89-1 dated August 15, 2016. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement, delivery schedule, and price. Technical capability and delivery schedule, when combined, are more important than price. Technical acceptability will be determined by a review of information submitted by the offeror which shall provide a description or descriptive literature showing the product offered meets the Government's requirements. Offers for the item(s) described above shall be submitted by October 11, 2016, 10:00 a.m. PST, via email to Marianne Shelley, Contracting Officer, at Marianne.Shelley@nasa.gov and must include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty information (if applicable), taxpayer identification number (TIN), 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.nasa.gov/Services/NEFS/NEFSHome.tml. All responsible sources may submit an offer which shall be considered by the agency. Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is an other than domestic end product(s) as defined in the clause entitled "52.225-1 Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-2 (OCT 2014), Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement, delivery schedule, and price. Technical capability and delivery schedule, when combined, are more important than price. Technical acceptability will be determined by a review of information submitted by the offeror which shall provide a description or descriptive literature showing the product offered meets the Government's requirements. FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Invoices shall be prepared, and payments will be made in accordance with the Prompt Payment Clause of this contract. Invoices shall be sent to NASA Shared Services Center (NSSC) address as specified in the contract for electronic payment of funds pursuant with FAR clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). 52.247-34, F.o.b. Destination 1852.225-70, Export Licenses 1852.237-73, Release of Sensitive Information FAR 52.212-5 (JUN 2016), 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 Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.225-1 Buy American-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm 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/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). All contractual and technical questions must be in writing (e-mail) to Marianne Shelley not later than October 4, 2016. Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA16602976Q/listing.html)
 
Record
SN04283974-W 20160924/160922235038-8706cd559c67b7fce61a54366dc7ad87 (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.