SOLICITATION NOTICE
16 -- Volatiles Investigating Polar Exploration Rover (VIPER) Lunar Rover Solar Array
- Notice Date
- 11/4/2020 1:31:55 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 33641
—
- Contracting Office
- NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
- ZIP Code
- 77058
- Solicitation Number
- 80JSC020Q0017
- Response Due
- 11/9/2020 10:00:00 AM
- Archive Date
- 11/24/2020
- Point of Contact
- Elizabeth Tapia, Phone: 5755245048, Jennifer Sharp, Phone: 2814835916
- E-Mail Address
-
elizabeth.d.tapia@nasa.gov, jennifer.r.sharp@nasa.gov
(elizabeth.d.tapia@nasa.gov, jennifer.r.sharp@nasa.gov)
- Description
- Amendment 4: THIS NOTICE CONSTITUTES AMENDMENT NO. 4 TO THE COMBINED SYNOPSIS/SOLICITATION FOR Volatiles Investigating Polar Exploration Rover (VIPER) Lunar Rover Solar Array - 80JSC020Q0017 which was posted on September 30, 2020. This notice serves as the official amendment to subject synopsis/solicitation and a written amendment will not be issued. Companies shall acknowledge all amendment(s) in their quote. You are notified that the following changes are made: �Update Attachment � �Terms and Conditions Rev. 2� to incorporate the subcontracting goals and table by full text�in the following Contract Clause: JSC Procurement Instruction clause 52.219-90 - Small Business Subcontracting Goals. (OCT 2006) was added at the end of Section 1 The Proposal Due date remains unchanged and should be submitted electronically no later than 12:00pm CST on November 9, 2020.� Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any). Amendment 3: THIS NOTICE CONSTITUTES AMENDMENT NO. 3 TO THE COMBINED SYNOPSIS/SOLICITATION FOR Volatiles Investigating Polar Exploration Rover (VIPER) Lunar Rover Solar Array - 80JSC020Q0017 which was posted on September 30, 2020. This notice serves as the official amendment to subject synopsis/solicitation and a written amendment will not be issued. Companies shall acknowledge all amendment(s) in their quote. You are notified that the following changes are made: Update Attachment � �Terms and Conditions Rev. 1� to incorporate the following in Section 1 � Contract Clauses:� ��A. The following Federal Acquisition Regulation (FAR) clauses were checked as applicable under FAR 52.212-5: 52.219-9 Alt II - Small Business Subcontracting Plan (Jun 2020) 52.219-16 - Liquidated Damages-Subcontracting Plan�(Jan 1999) B.��NASA FAR Supplement clause 1852.219-75 - Individual Subcontracting Reports (APR 2015) was added under �NASA FAR Supplement Clauses (By Reference)� C.� JSC Procurement Instruction clause 52.219-90 - Small Business Subcontracting Goals. (OCT 2006) was added at the end of Section 1 2.�As a result of the aforementioned changes, the table of contents was also updated, as applicable. Based on the newly incorporated clauses, Offerors are required to submit a subcontracting plan in response to this solicitation which addresses subcontracting with small business.� Therefore, the proposal due date is extended to allot additional time to offerors.� Amendment 4 is forthcoming to provide offerors with subcontracting goals.� ��� 3.� The Proposal Due date is extended from November 2, 2020 to November 9, 2020 no later than 12:00pm CST.� Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any). Amendment 2: THIS NOTICE CONSTITUTES AMENDMENT NO. 2 TO THE COMBINED SYNOPSIS/SOLICITATION FOR Volatiles Investigating Polar Exploration Rover (VIPER) Lunar Rover Solar Array - 80JSC020Q0017 which was posted on September 30, 2020. This notice serves as the official amendment to subject synopsis/solicitation and a written amendment will not be issued. Companies shall acknowledge all amendment(s) in their quote. You are notified that the following changes are made: Updated Attachment - Performance Specification � Revision A �A page is defined as one side of a sheet, 8 1/2"" x 11"", with at least one-inch margins on all sides, using not smaller than 12-point type. Use by offerors of smaller font sizes for non-standard text (e.g. graphics, tables, charts, figures, captions, etc.) is permitted, if appropriate. However, such fonts shall be no smaller than 8-point, shall be utilized only where appropriate, and shall not be utilized to circumvent or avoid proposal page limitations. Foldouts count as an equivalent number of 8 1/2"" x 11"" pages. The page limit for the compliance matrices is extended to 25 pages. Added Attachment - Question20_Answer -Electron-ProtonIntegralSpectrumsDDDAnalysis.docx Questions and Answers are as follows: Question 1:� Is it possible to extend the proposal due date to allow time for higher fidelity supplier quotes? Answer 1:� The proposal due date was extended to 11/2/2020 via Amendment 1 Question 2:� Will NASA consider a high fidelity ROM in lieu of a firm price proposal? Answer 2:� No, this is a Firm-Fixed Price Commercial procurement. Proposals shall be submitted in accordance with the instructions outlined in the solicitation.� Question 3: �What type of contract is NASA planning? FFP? Cost-plus? Answer 3:� NASA anticipates issuing a Firm-Fixed Price Contract.� Question 4: �Size standard of 1500 employees� � Will suppliers with more than 1500 employees be considered? Answer 4:� Yes, the size standard is not applicable to full and open competition.� Question 5:� When does NASA plan to down select and place a contract? Answer 5:� NASA anticipates to award without discussions by the end of the calendar year 2020 in accordance with FAR Provision 52.212-1 (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.� Question 6:� Figure 3-3 Solar Array Flight Panel Substrate rear face keep outs and constraints (units cm [in]) - Figure is missing dimensions. Answer 6: Figures 3-2 and Figures 3-3 have been combined in the updated performance specification (revision A) released via Amendment 2. In addition, dimension information has been provided for the following: Connector center point location, structural keepouts, and allowable bonding path area. Question 7:� 3.1.1 Form Factor - b) The Solar Array Flight Panel shall be designed to facilitate handling and installation onto spacecraft. - Elaborate on handing and installation onto spacecraft for better understanding of solar panel installation, blind holes, and thermal/structure corner brackets installation onto rover. Answer 7:� The intent of the solar array performance specification Section 3.1.1 Form Factor requirement part b is for the Offeror to incorporate features into the Solar Array Flight panel and Spare Flight Panel required to install the flight panels onto the flight vehicle e.g. a cell keepout area around the perimeter of the front face of the panels or fixture(s) required to properly and safely install the panels onto the spacecraft. The features that may come from this requirement are to be determined by the Offeror. Question 8:� Figure 3?1 Solar Array Structural Support and Thermal Interface Overview, Figure 3?4 Solar Array Ultem mounting interface representative model, and Figure 3?5 Solar Array corner bracket representative model - Confirm that hardware depicted in figures are not a deliverable item and are depicted for design purposes only. Answer 8: That is correct, the items depicted in Figure 3-1 (Figure 3-4 and Figure 3-5) of the solar array performance specification are for design purposes only and are not contract deliverables. Question 9:�� 3.1.4 Fasteners a) The Solar Array Flight Panel substrate shall use two locking features for back?out prevention on all structural bolts, such as locking threaded inserts or patch?lock bolts. One of the locking features shall not rely on preload to function.� b) Running torque and final torque shall be verified on Solar Array Flight Panel assembly and based on structural analysis. - Confirm that installation bolts are also not deliverables. STE is required for verification of running toque and final torque, and will be required at final installation to rover, which is not the responsibility of the contractor. � Answer 9: That is correct, installation bolts for the flight panels and spare flight panel are not part of the deliverables for solar array performance specification section 3.1.4 fastener requirements. Question 10: Will the questions be shared with all potential vendors? Answer 10:� Yes, questions received will be shared with all potential vendors. Question 11:� How long does NASA estimate to submit answers to the questions? Answer 11:� NASA estimates 1 week to submit answers to questions received.� Question 12:� Request an extension to November 4th for the Viper Solar Array RFP due to the large amount of substrate content required, additional time is requested to solicit quality responses.� Answer 12:� Refer to Question and Answer 1.� Question 13:� NASA has outlined page limits for each section.� Are there any other requirements regarding font size, font type, page margins, spacing, etc.? Answer 13:� Per Amendment 2, a page is defined as one side of a sheet, 8 1/2"" x 11"", with at least one-inch margins on all sides, using not smaller than 12-point type. Use by offerors of smaller font sizes for non-standard text (e.g. graphics, tables, charts, figures, captions, etc.) is permitted, if appropriate. However, such fonts shall be no smaller than 8-point, shall be utilized only where appropriate, and shall not be utilized to circumvent or avoid proposal page limitations. Foldouts count as an equivalent number of 8 1/2"" x 11"" pages.� Question 14: Please confirm that compliance matrices are required only for the SOW and Performance Specification documents. Answer 14:� That is correct, the compliance matrices are only required for the solar array statement of work and performance specification. Question 15:� Given the extent of the requirements listed in the SOW and the Performance Specification is it possible for NASA to increase the 10-page limit for this subsection to 25 pages (the same as Technical A)? Answer 15:� Yes, the page limit for the compliance matrices is extended to 25 pages via Amendment 2. � Question 16: Please confirm that proposal delivery is via email (no hard copies are required). Answer 16:� Please see the combined synopsis/solicitation which states, �Responses to this combined synopsis/solicitation must be received via email to Elizabeth Tapia at elizabeth.d.tapia@nasa.gov�� Question 17: SOW � Section 1.3.1 Requirement Options a:� Sub-bullet a) lists �Spare Flight Panel Design, manufacturing, assembly and verification testing� as an Option. Is the design for this Spare different from Flight or is it the same? If the same, is it correct to assume the SOW and Performance Specification requirements for this Spare, including the delivery schedule, identical to the baseline Flight panels? Answer 17:� a: The spare flight panel design is the same as the flight panel. This is a 3+1, where the +1 is an option. Yes, the requirements and delivery schedule for the spare flight panel are the same as for the flight panel. Question 18: Is the RFQ delegating full Substrate Mechanical Design, creation of the FEM, Structural and Thermal Analysis including materials selections to the vendor? Answer 18:� Yes, at an individual panel level full Substrate Mechanical Design, creation of the FEM, Structural and Thermal Analysis including materials selections are being delegated to the Offeror. Integrated spacecraft analysis with a rover design included, will be performed by NASA.� Question 19:� Performance Specification � Section 3.5 Materials a:� Sub-bullet c) states �Acrylic adhesives only.� We assume this pertains to EEE components assembly only, but that the Substrate may use Epoxies for insert bonding. Please verify. Answer 19: No, that is not correct, �Acrylic adhesives only� from section 3.5 Materials of the solar array performance specification does not pertain to EEE components assembly only. Silicon based adhesives and coatings are not restricted but require additional approval. Question 20:� Section 4.6.4 of the specification notes that Table 30 of the Environmental Specification should be used for DDD analysis.� Can NASA provide the relevant integral spectrum for electrons and separately for protons to be used in our radiation analysis? Answer 20:� The proton and electron integral spectrums for the different mission segments, without any shielding are available in the attached document, ��Question20_Answer -Electron-ProtonIntegralSpectrumsDDDAnalysis.docx� The revised tables in the aforementioned document will be incorporated into the Environmental Specification in the resultant contract Question 21:� Section 2.9.7 of the specification implies that Si solar cell was assumed for the DDD calculation.� If so, the DDD values in Table 30 of the environmental spec may not apply directly to multi-junction solar cells due to the difference in NIEL curves between GaAs and Si.� Alternatively, can NASA verify that they would like Table 30 applied to multi-junction solar cells? Answer 21: No, the DDD that should be applied should be specific to the multi-junction solar cells based on the integral spectrum for electrons and protons provided in response to question 20. Question 22:� Section 2.10 of the environmental spec suggests referring to �Section 3.3.6 of SLS-SPEC-159 (Rev G), Cross-Program Design Specification for Natural Environments (DSNE)� for Meteoroid and Orbital Debris (MMOD) effects.� Table 2-1 of the Performance Specification includes an �Impact� line item.� Is this �Impact� line item meant to capture Meteoroid and Orbital Debris effects?� If not, can NASA provide the MMOD environment for the mission? Answer 22:� Yes, the �impact� line of Table 2-1 of the solar array performance specification is intended to capture MMOD effects. Question 23:� Information is not provided in the Performance Specification or environmental specification by which to evaluate whether atomic oxygen is present in relevant fluxes throughout the deployment and transfer of the vehicle.� Can we assume that the atomic oxygen environment is negligible and thus does not need to be accounted for in the design and analysis? Answer 23:� Yes, atomic oxygen environment duration of exposure during deployment and transfer of the vehicle is negligible and does not need to be accounted for in the design and analysis. Question 24:� �Lazarus� strings and virtual strings are referred to in the Performance Specification and defined in 2.3.� Can NASA verify that other than the configuration and location information provided in the specification, these strings/virtual strings can be treated as otherwise nominal (i.e., they should not be assumed to be non-operational, etc.)? Answer 24:� Yes, the lazarus strings/virtual strings can be treated as nominal and are operational. The terminology was introduced to define requirements of those virtual strings and lazarus virtual strings (e.g. location, electrical configuration, performance (current (section 2.1.5 of performance spec.)), etc). Question 25:� In several locations in the Performance Specification the term �dual redundant wires� is used.� Can NASA confirm that this means redundant wires at the positive and negative terminals (i.e., 2 wires at each) rather than 2 sets of redundant wires (i.e., 4 wires at the positive terminal and 4 wires at the negative terminal)? Answer 25:� Yes, the term �dual-redundant wires� in section 2.3 of the solar array performance specification is intended to communicate the requirement of 2 wires for each positive and negative connection of a virtual string or Lazarus virtual string. Question 26:� Section 3.2.1 in the Performance Specification suggests that horizontal rows of strings should be utilized to the �extent possible.�� Can NASA provide any additional information regarding why this is necessary and quantify �to the extent possible?�� Does this allow strings to break across rows at all, or is there a limit to how many rows a string may occupy? Answer 26:� The solar array performance specification section 3.2.1 requirement is needed in order to maximize the power out of the panels as the sun sets and rises on the lunar surface (i.e. one string is lost at a time, versus all strings lost at the same time as the sun sets and vice versa when the sun rises). To the extent possible is intended to convey the understanding that, depending upon the size of the cell suggested, a full string may not be able to fit on a single row. Yes, strings can break across rows. No, there is currently no limit to how many rows a string may occupy. There is no hard requirement for this as it depends upon the cell suggested. That being said, this is based on a general understanding that a given string will likely fit into 1 or 2 rows. Question 27:� Can NASA confirm that only the two mounting holes shown in figure 3-2 of the Performance Specification act as front-side keep out zones? Answer 27: There are no front-side keep out zones identified, other than the two (2) 3� holes that exist in the panel. The two figures (Figure 3-2, 3-3) have been re-worked to provide clarification, refer to question and answer 6. Question 28:� Per panel power requirements of 235W at 35V (EOL) and 205W at 29V (EOL) are specified.� Given the specified azimuth angle, only 2 of 3 panels will be illuminated simultaneously.� Can NASA verify that the per-panel power requirements do not imply/require the noted output for all 3 panels simultaneously but rather it is understood that only 2 would be illuminated at the given azimuth angle? Answer 28:� Yes, solar array specification section 2.1.1 power generation requirement and associated conditions are for a single panel, i.e. only 1 panel shall be illuminated to provide the power required. Question 29:� Several places in the Performance Specification suggest that the stated temperatures should be verified via further analysis as per the SOW.� Can NASA confirm that the provided temperatures should be assumed for the analysis at the proposal stage and that the further verification of these temperatures would occur during the program phase? Answer 29:� Yes, that is correct, the assumed temperature or temperature ranges can be used for the analysis at the proposal stage. The �assumed ______ _______ temperature� or �assumed ______ _______ temperature range� statements are intended to assist with the proposal stage, but the actual temperatures, or temperature ranges, are dependent upon the final solar panel and substrate design and the associated thermal analysis. To help clarify this nuance in the solar array performance specification, anywhere the above �assumed�� statements are in the document, there is an immediate follow-up statement requiring thermal analysis (��temperature of the panel shall be verified by thermal analysis��). Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any). Amendment 1: THIS NOTICE CONSTITUTES AMENDMENT NO. 1 TO THE COMBINED SYNOPSIS/SOLICITATION FOR Volatiles Investigating Polar Exploration Rover (VIPER) Lunar Rover Solar Array - 80JSC020Q0017 which was posted on September 30, 2020. This notice serves as the official amendment to subject synopsis/solicitation and a written amendment will not be issued. Companies shall acknowledge all amendment(s) in their quote. You are notified that the following changes are made: �Add attachment(s): � VIPERMSEPLN008 EEE Parts Control Plan All items in the document library are to be treated as export controlled and used for proposal preparation purposes only.� To obtain access to these documents, please complete the �Obtaining Access to Export Controlled Content� form.� Email the form, along with your request for access, to the Contracting Officer.�� �� �2.� The question due date has been extended to 4:30 PM, CST, October 12, 2020 �3.���The proposal submission date has been extended to 4:30 PM CST, November 2, 2020. Companies shall provide the information stated in the synopsis/solicitation.� Combined Synopsis/Solicitation 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 80JSC020Q0017 for design, development, fabrication, and delivery of the Volatiles Investigating Polar Exploration Rover (VIPER) Lunar Rover Solar Array as defined in the Statement of Work (SOW) and the Performance Specification. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. The NAICS Code and Size Standard are 33641 and 1,500 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. The Contractor will provide VIPER Lunar Rover Solar Arrays.� **Note: To See the attached Statement of Work (SOW) and Performance Specification for details, Offerors must complete the OBTAINING ACCESS TO EXPORT CONTROLLED CONTENT document in order to gain access to controlled documents for this posting. Be advised the SOW and Performance Specifications will be modified at time of award to extract any proposal instruction and evaluation information. Delivery to NASA Johnson Space Center 2101 NASA Parkway Houston, TX 77058.� See the SOW for the delivery schedule.�� Delivery shall be free on board (FOB) Destination. 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. Addenda to FAR 52.212-1 are as follows: Technical: A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.� A) Offerors shall submit a technical narrative that provides a Technical Approach containing schedule, processes, techniques, and resources (see subparagraph (6) addenda below) proposed to complete the SOW requirements and the accompanying Performance Specifications in sufficient detail to demonstrate offeror�s understanding of the requirements, ability, and likelihood of meeting or exceeding the requirements (limit 25 pages, exclusive of other than certified cost or price data) B)�The Offeror shall submit a matrix listing each section in the statement of work and the accompanying Performance Specification reflecting either compliance or non-compliance. For compliance, the Offeror shall reference the section of its proposal showing that its solution satisfies the requirement. Areas of non-compliance shall be addressed by explaining why the proposed solution will remain non-compliant. Excess capabilities offered by the proposal shall be detailed in narrative format with its respective percent margin (Limit 10 pages); Price and any discount terms; A)�Offeror shall submit other than certified cost or price data. Examples of other than certified cost or price data include, but are not limited to: labor cost, labor hours, process cost, tooling cost, material cost, data deliverable cost, etc. (Limited to 5 pages); Past Performance: Past performance information, shall be provided and shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (Limited to 6 pages); A)�Past performance information shall include:� a.�Description of work performed, dollar value, period of performance, thermal cycling verification test method details, test facilities utilized, and outcome. b.�Past performance information is limited to 2 pages per contract or reference and 3 contracts/references total, within 5 years of the solicitation date; All pages in each section (Technical, Past Performance, Price) shall be numbered sequentially.� Each page of the proposal will be counted as part of the appropriate page limitations set forth.� Information that can be construed as belonging to another section will so be construed�and counted against the appropriate section page limitation.� Pages submitted in excess of the limitations specified in this provision will not be evaluated by the Government and will be returned to the Offeror.� Minor informalities or irregularities that can be adjusted, corrected, or waived without being prejudicial to other offeror(s) may be accepted if it is immaterial to the acquisition. 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: 1.�Technical Approach 2.�Past Performance � recent (period of performance within 5 years of the solicitation), relevant, and complexity. 3.�Price Technical Approach that demonstrates the likelihood to exceed requirements will be rated more highly than a Technical approach that is only likely to meet or unlikely to meet requirements.� Past Performance that demonstrates the offeror�s ability and likelihood to successfully complete the contract requirements will be rated more highly than past performance that does not.� Price evaluation factors will be evaluated by reasonableness of the total price inclusive of any selected options.� Price realism assessment will be performed utilizing the offeror's other than certified cost and pricing data. Realism will be assessed to ensure the price is realistic for the offeror to successfully perform the effort in the manner proposed in the technical approach. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (June 2020), and complete electronic annual representations and certifications at SAM.gov with its offer. The provision may be obtained via the internet at:� URL:http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract.� 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, (AUG 2020) is applicable and the following identified clauses are incorporated by reference:� See attached terms and conditions. Responses to this combined synopsis/solicitation must be received via email to Elizabeth Tapia at elizabeth.d.tapia@nasa.gov and Jennifer Sharp at Jennifer.r.sharp@nasa.gov no later than 4:30 P.M. Central Standard Time on October 21, 2020.� Responses should include the solicitation number 80JSC020Q0017, 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 should use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items Late submissions of quotes will not be accepted. All contractual and technical questions must be in writing (e-mail) to Elizabeth Tapia at elizabeth.d.tapia@nasa.gov and Jennifer Sharp at Jennifer.r.sharp@nasa.gov no later than October 7, 2020 by 4:00 p.m. CST.� Telephone questions shall not be accepted. If offerors anticipate additional pages are needed to complete their proposals, please submit the request during this time and include the section, your requested page count, and rational.� 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).� 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 52.214-7, Late Submissions, Modifications and Withdrawals of Bids (NOV 1999), FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2020).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a19582c4a4db4b0cba10b524b44c0985/view)
- Place of Performance
- Address: Houston, TX 77058, USA
- Zip Code: 77058
- Country: USA
- Zip Code: 77058
- Record
- SN05845899-F 20201106/201104230137 (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 |