Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

16 -- Rockwell Collins upgrade to ADS-B Level 2 - Q-1A Quality Requirements

Notice Date
5/4/2017
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
NND17608645Q
 
Point of Contact
Tiffany N. Goodwin, Phone: 16612762289, Rosalia Toberman, Phone: 6612763931
 
E-Mail Address
tiffany.n.goodwin@nasa.gov, rosalia.toberman-1@nasa.gov
(tiffany.n.goodwin@nasa.gov, rosalia.toberman-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Q-1A Quality Requirements NASA Armstrong Flight Research Center (NASA/AFRC) intends to solicit and award a sole source contract under the authority FAR 13.106-1(a)(2)(b) "Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available" to Rockwell Collins, Inc., 400 Collins Rd. NE, Cedar Rapids, IA 52498-0503, for two P/N: 622-9210-501, ADS-B Level 2 compliant units compatible with our currently installed Rockwell-Collins TCAS II system (TCAS II Transmitter Ver. 7.1 TTR-4000 P/N 822-1294-032). Justification is based upon the following facts: 1. Rockwell Collins, Inc., developed and utilizes all ADS-B Level I and Level II and is the only vendor qualified to provide the software and technical support. 2. There are no other products available that perform the same function as the Rockwell Collins, Inc. In addition, time constraints and extensive costs for the replacement of this software would jeopardize mission schedules. 3. Market research was conducted a total Small Business Set-aside was posted to FBO.gov, however, no small business submit a quote or showed interest in quoting and it has been determined that this is a sole source requirement. These reasons justify procuring the required services exclusively from Rockwell Collins, Inc. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 9:00 a.m. local time on May 08, 2017. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a response which shall be considered by the agency. Submittals should be made in writing to NASA/AFRC, P.O. Box 273, Mailstop 4811/140, Edwards, CA, 93523 or via email to tiffany.n.goodwin@nasa.gov. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. The NAICS Code and Size Standard are 334511 and 1,250 employees respectively.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND17608645Q/listing.html)
 
Place of Performance
Address: 2825 East Ave. P, Bldg. 703, Palmdale, California, 93550, United States
Zip Code: 93550
 
Record
SN04495517-W 20170506/170504234650-5c432166f9d16e4ba43e0e2d06800b71 (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.