Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,2000 PSA#2599

NASA/Goddard Space Flight Center, Code 214.4, Greenbelt, MD 20771

A -- INTER-SATELLITE RANGING AND ALARM SYSTEM DESIGN STUDY SOL RFO5-54229-503 DUE 062600 POC Debra C. Kaelberer, Contract Specialist, Phone (301)286-8630, Fax (301)286-0341, Email Debra.Kaelberer@gsfc.nasa.gov -- Thomas Russell, Contracting Officer, Phone (301)286-2885, Fax (301)286-0341, Email Thomas.S.Russell.1@gsfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=51#RFO5-5422 9-503. E-MAIL: Debra C. Kaelberer, Debra.Kaelberer@gsfc.nasa.gov. NASA's Goddard Space Flight Center (GSFC) plans to issue a Request for Offer, RFO5-54229-503, for an Inter-Satellite Ranging and Alarm System (IRAS) Design Study. The purpose of the study is to investigate a low mass and power antenna and receiver which will be used on the Magnetospheric MultiScale (MMS) spacecraft. The objective of this effort is to demonstrate a feasible method to meet the MMS mission ranging requirements via design and prototype testing. This study shall be performed in two phases. The first phase (basic requirement) is for developing a concept IRAS design specification and complete results with a candidate design, link margins, antenna configuration, and antenna coverage. The second phase (option) is for developing an IRAS test bed and providing a design report. It is anticipated that two awards will be made for the basic effort. Upon completion of the basic effort, one firm will be selected for the option. The resulting contract will be firm fixed price and is limited to a budget cap of $60,000 per contract for the basic effort and $120,000 for the option. NASA MidRange Procurement Procedures will be used. This procurement will be a total small business set-aside (See Note 1). The Standard Industrial classification (SIC) Code and size standard are 8731 and 1,000 employees, respectively. The DPAS Rating for this procurement is DO-A7. The Government does not intend to acquire a commercial item using FAR Part 12 (See Note 26). The provisions and clauses in the RFO and model contract are those in effect through FAC 97-16. The anticipated release date of the RFO is on or about May 26, 2000, with an anticipated offer due date of on or about June 26, 2000. The firm date for receipt of offers will be stated in the RFO. All qualified responsible sources may submit an offer which shall be considered by the agency. The offers must conform to the RFO instructions and be received by the closing date specified in the RFO. Information concerning the site visit for viewing the government furnished equipment will be contained in the RFO. An ombudsman has been appointed -- See Internet Note "B" as explained under NASA-Specific Numbered Notes. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, PowerPoint 4.0) format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. It is the offeror's responsibility to monitor the CBD or the following Internet site for the release of the solicitation and amendments (if any): http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=51. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). The referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. Verification of receipt of the RFO rests solely on the interested parties. Posted 05/10/00 (D-SN453529). (0131)

Loren Data Corp. http://www.ld.com (SYN# 0005 20000512\A-0005.SOL)


A - Research and Development Index Page