Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2010 FBO #3073
SOLICITATION NOTICE

A -- EXTENSION OF PERIOD OF PERFORMANCE TO FERROELECTRIC MATERIALS FOR FREQUENCYAND PHASE AGILE MICROWAVE COMPONENTS

Notice Date
4/22/2010
 
Notice Type
Presolicitation
 
NAICS
927110 — Space Research and Technology
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10ZCH022R
 
Response Due
5/7/2010
 
Archive Date
4/22/2011
 
Point of Contact
Saundra R. Gage, Contracting Officer, Phone 216-433-2754, Fax 216-433-2480, Email Saundra.R.Gage@nasa.gov
 
E-Mail Address
Saundra R. Gage
(Saundra.R.Gage@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
DescriptionNASA/GRC has a requirement for support of electromagnetic modeling and characterizationof a low-signature, thin film ferroelectric spiral L-band antenna. Work includesassistance in the design and characterization of a miniature superconducting antenna thatcan be integrated with a Superconducting Quantum Interference Filter (SQIF) andelectromagnetic modeling and cryogenic antenna pattern characterization. The contractorshall also support NASA GRCs role as a partner in the Cryogenic Exploitation of RadioFrequency working group spearheaded by the space Warfare Command (SPAWAR). NASA Glenn Research Center intends to extend Task Order NNC08TA36T (FerroelectricMaterials for Frequency and Phase Agile Microwave Components) with Ohio AerospaceInstitute on a sole-source basis pursuant to 10 U.S.C. 2304(c)(1), Only One ResponsibleSource. The objective is to extend the period of performance for three months.The extension will increase the current task order value and extend the period ofperformance for approximately four and a half months, from date of award to September 30,2010. The current contractor, Ohio Aerospace Institute, is considered the onlycontractor that can meet this requirement given the short period of performance for theextension. Award to another source would result in substantial duplication of cost tothe Government, which is not expected to be recovered through competition of theextension, or unacceptable delays in fulfilling the agencys requirements. Primarilydue to the need to retrain the individual(s) in the specifics of the work at hand withinthe time span constraints specified in the statement of work. Based on our experience itwould require at least one year of on-site training for a Ph.D. level candidate with someprevious experience in all these areas to reach the level of competence required toexecute the tasks The Government does not intend to acquire a commercial item using FAR Part 12.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contract not later than 4:30 p.m. EST on May7, 2010. Such communication of capabilities/qualifications will be evaluated solely forthe purpose of determining whether or not to conduct this procurement on a competitivebasis.A determination by the Government not to compete this proposed effort on a fulland open competition basis, based upon responses to this notice is solely within thediscretion of the government.Oral communications are not acceptable in response to this notice.All responsible sources may submit an offer which shall be considered by the agency.An Ombudsman has been appointed. See NASA Specific Note B.Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10ZCH022R/listing.html)
 
Record
SN02129757-W 20100424/100422235122-f9d9ebc62d48951a47ffe0253bb4ec9a (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.