Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
MODIFICATION

16 -- Lunar Rover Navigation Cameras

Notice Date
7/16/2020 5:09:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC020Q0009
 
Response Due
8/7/2020 2:00:00 PM
 
Archive Date
08/22/2020
 
Point of Contact
Cynthia M. Uribe, Phone: 575.524.5486, Jeffrey L. Finley, Phone: 281.792.7979
 
E-Mail Address
cynthia.uribe@nasa.gov, jeffrey.l.finley@nasa.gov
(cynthia.uribe@nasa.gov, jeffrey.l.finley@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice is a combined synopsis/solicitation 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) under solicitation number 80JSC020Q0009 for the design, development, fabrication, qualification, and delivery of a low mass, low power, high performance Visible Imaging Subsytem (VIS) units comprised of Navigation Cameras (Navcams), Hazard Cameras (Hazcams), and Camera Controller hardware, with documentation and support, that meets the requirements for the VIPER mission as defined in the Statement of Work (SOW) and the VIPER VIS Performance Specification. The provisions and clauses in the RFQ are those in effect through FAC 2020-07. This acquisition is a total small business set-aside. The NAICS Code and Size Standard are 334511 and 1,250 employees, respectively.� The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items described above are due by 18 months after receipt of order to Johnson Space Center (refer to SF1449) and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (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:https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (June 2020) which is incorporated by reference.� 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 52.212-2, 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 are in descending order of importance and shall be used to evaluate offers: Technical Approach Past Performance � recent (period of performance within 5 years of the solicitation), relevant and performance Price � All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (June 2020) Alt I (OCT 2014) or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (OCT 2018) is applicable.� FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (July 2020) is applicable and the following identified clauses are incorporated by reference:� 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, and 52.239-1. Please refer to the attached terms and conditions for contract requirements.� � NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html� This posting, in addition to any attached documents, will be available on www.beta.sam.gov. �Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).������ Prospective offerors shall notify this office of their intent to submit an offer.� All contractual and technical questions must be submitted electronically via email to Cynthia Uribe at cynthia.uribe@nasa.gov and Jeff Finley at jeffrey.l.finley@nasa.gov not later than July 24, 2020 by 1:00 PM Central Time.� Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email no later than 4:00 PM Central Time on August 7, 2020. ��� The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFQ shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors - Commercial Items (June 2020).� **Note: You must complete the OBTAINING ACCESS TO EXPORT CONTROLLED CONTENT document in order to gain access to controlled documents for this posting.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d77902cd9f684877978ffb67c2d083ac/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05723031-F 20200718/200716230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.