Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

59 -- Tri-Band Antenna - Required Documents

Notice Date
9/13/2018
 
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, United States
 
ZIP Code
32899
 
Solicitation Number
80KSC018Q0039
 
Archive Date
10/6/2018
 
Point of Contact
Thomas T. McDonel, Phone: 3218670718, Maile T. Krienke, Phone: 321-867-2556
 
E-Mail Address
thomas.t.mcdonel@nasa.gov, maile.t.krienke@nasa.gov
(thomas.t.mcdonel@nasa.gov, maile.t.krienke@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. RFQ# 80KSC018Q0039 is issued as a request for quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. This acquisition provides for full and open competition. The NAICS Code and the small business size standard for this procurement are 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and 1,250 employees, respectively. National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) has a requirement for the Hangar AE Tri-Band Antenna and Installation in accordance with the attached Statement of Work entitled, "Attachment A: Statement of Work" NASA Launch Services Program (LSP) provides opportunities to track Evolved Expendable Launch Vehicle (EELV) missions off the cape and provide radio frequency (RF) environment data Pre-Launch to ensure proper transmitter operations. The Tri-Band antenna will provide NASA LSP with increased tracking and data monitoring capabilities. (v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). CLIN Item Unit Quantity 0001 Tri-Band Satellite Antenna: See SOW for Description EA 1 0002 Installation: See SOW for Description JOB 1 The place of performance shall be Hangar AE, Building# 60680, Cape Canaveral Air Force Station, Florida. Period of performance is 8 months from Authority to Proceed. The quote must address the Offeror's ability meet the aforementioned period of performance. 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): www.acquisition.gov The provision at 52.212-1, Instructions to Offerors - Commercial (AUG 2018), applies to this acquisition. Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial, which is incorporated by reference. In accordance with FAR 52.212-1(k), the Contractor shall be registered in the System for Award Management (SAM) database. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through www.acquisition.gov. Evaluation criteria will be evaluated in accordance with provision 52.212-2 Evaluation-Commercial Items (OCT 2014). 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: •1. Technical •2. Past Performance •3. Price Technical, when combined with past performance is significantly more important than price. Award will be made on the basis of best value, in accordance with 15.304 and 15.305. Evaluation factors in order of importance are Technical (to include the qualities stated in the SOW, installation, and delivery), Past Performance, and Price. The antenna with installation shall be completed no later than 8 months after Authority to Proceed. The antenna should meet or exceed all characteristics stated in the SOW. The offeror shall submit past performance information on recent contracts, similar in size, content, and complexity to the requirements of this solicitation. Recent is defined as performance within the last five (5) years. The offeror shall provide the requested past performance information on no more than five (5) contracts. The offeror shall specifically provide a brief discussion of the contract technical requirements relevant to this solicitation, any unique schedule requirements, cost performance, problems encountered, and initiative in problem resolution and overall performance. For recent past performance contracts, the offeror shall include the customer's name, address, and Point of Contact with a valid phone number. For each past performance contract, the offeror shall request past performance questionnaire information, Attachment B: Past Performance Questionnaire. The offeror is responsible for forwarding Attachment B: Past Performance Questionnaire to the contract customer references listed in its proposal. The offeror shall request that the customer references complete the Past Performance Questionnaire Form and return it to the Contracting Officer via email at thomas.t.mcdonel@nasa.gov. The offeror is responsible for ensuring that questionnaires are submitted by the closing date of this solicitation. Past Performance Questionnaires regarding contracts completed prior to the past five years will not be evaluated. The Government may contact the references directly and intends to utilize other information available such as, but not limited to, the Past Performance Information Retrieval System (PPIRS) that is available Government wide. Terminated contracts (partial or complete) or cancelled orders within the past five years and basis for termination (convenience or default) shall be disclosed in the proposal. Include the contract number, name, address, and telephone number of the terminating contracting officer or point of contact. Include contracts, or portions of contracts that were "de-scoped" by the customer because of performance or cost problems. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2018), with its offer. These may be obtained via the internet at www.acquisition.gov. These representations and certifications will be incorporated by reference in any resultant contract. The following clauses are applicable to this procurement FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov : FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011). FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (JAN 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2018) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: •· 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). •· 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). •· 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). •· 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). •· 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). •· 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). •· 52.222-21, Prohibition of Segregated Facilities (APR 2015). •· 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). •· 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). •· 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). •· 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). •· 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). •· 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) •· 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). •· 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). •· 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). •· 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). KSC 52.242-90 CONTROLS APPLICABLE TO CONTRACTOR'S ACTIVITIES (JUL 2018) a) The Contractor shall comply with the publications listed and those checked as applicable below, and subsequent revision thereof, that the Contracting Officer has indicated as being incorporated in this contract by reference. These publications prescribe regulatory and procedural criteria which are applicable to this contract. The contractor shall promptly take corrective action upon notice of noncompliance from the Contracting Officer or his/her authorized representative(s) with any provision of the publications listed below. b) The Contractor shall comply with the following publication, which can be found at https://nodis3.gsfc.nasa.gov/displayDir.cfm?t=NPR&c=1600&s=4A : c) NPR 1600.4A, Identity and Credential Management d) The Contractor shall comply with the following publications and those publications checked as applicable below. These documents can be found at http://procurement.ksc.nasa.gov/PPD/documents : •· KNPR 8715.2, Comprehensive Emergency Management Plan (CEMP) •· KNPR 1600.1, KSC Security Procedural Requirements •· KNPR 8500.1, KSC Environmental Management Requirements •· KNPR 8715.3, KSC Safety Procedural Requirements •· KNPD 1600.3, Use of Alcoholic Beverages on Kennedy Space Center (KSC) Property e) Check if applicable: •· [ ]KNPD 1810.1 KSC Occupational Medicine Program •· [ ]KNPR 1860.1 KSC Ionizing Radiation Protection Program •· [ ]KNPR 1860.2 KSC Nonionizing Radiation Protection Program •· [ ]KNPR 1820.3 KSC Hearing Loss Prevention Program •· [ ]KNPR 1820.4 KSC Respiratory Protection Program •· [ ]KNPR 1840.19 KSC Industrial Hygiene Programs •· [ ]45SWI40-201 45th Space Wing Instruction 40-201 Radiation Protection Program •· [ ]KNPR 1840.1 KSC Hazard Communication Program •· [ ]KNPR 1870.1 KSC Sanitation and Public Health Program •· [ ]KNPR 2570.1 KSC Radio Frequency Spectrum Management Procedural Requirements •· [ ]KNPR 4000.1 Supply and Equipment System Manual •· [ ]KNPR 6000.1 KSC Transportation Support System Manual •· [ ]KNPR 8715.7 KSC Construction Contractor Safety and Health Practices Procedural Requirements •· [ ]KNPR 8830.1 Facility Asset Management Procedural Requirements KSC 52.242-93 CONTRACTOR WORKFORCE REPORT - ONSITE CONTRACTORS AND SUBCONTRACTORS (JUL 2018) f) The Contractor shall submit, on a quarterly basis, a manpower report delineating information about its workforce. The report shall include: the contract number, the contractor's total on-site workforce, total on-site union represented employees by bargaining unit, total on-site non-union represented employees, and total off-site workforce performing on the contract. The Contractor shall provide this information no later than 10 days after the close of each reporting period which ends March 31st, June 30th, September 30th, and December 31st. The report shall be submitted to the Contracting Officer with a copy to the Industrial Labor Relations Office KSC-DL-OP-IndustrialRelations@mail.nasa.gov. (xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. An ombudsman has been appointed - See NASA Specific Note "B". The DPAS rating for this procurement is DO-C9. Offers must include the solicitation number, FOB destination to Kennedy Space Center, FL, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offers for the item described above are due no later than 9:00 PM (ET) on September 21, 2018, via email to thomas.t.mcdonel@nasa.gov. Questions must be received in writing, via email, by 12:00 PM (ET) on September 18, 2018, to the identified point of contact. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. It is the Offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): www.fbo.gov. Potential offerors will be responsible for downloading their own copy of this combinations synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/80KSC018Q0039/listing.html)
 
Place of Performance
Address: Hangar AE, Building# 60680, Kennedy Space Center, Florida, 32899, United States
Zip Code: 32899
 
Record
SN05087363-W 20180915/180913231105-db9d0def0148f7e26b94eecc8138de75 (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  © 1994-2020, Loren Data Corp.