Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
SOLICITATION NOTICE

99 -- DEVELOPMENTAL SINGLE BOARD COMPUTER

Notice Date
3/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12421704Q
 
Response Due
4/11/2012
 
Archive Date
3/28/2013
 
Point of Contact
Lawrence L. Miller, Contract Specialist, Phone 281-483-3916, Fax 281-244-5331, Email lawrence.l.miller@nasa.gov - Stacy G. Houston, Contracting Officer, Phone 281-483-9649, Fax 281-483-7890, Email stacy.g.houston@nasa.gov
 
E-Mail Address
Lawrence L. Miller
(lawrence.l.miller@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for a Developmental SingleBoard Computer (single board) to meet the minimum requirements. The Governments minimumrequirements are listed in the Statement of Work (SOW). The SOW may be accessed at:http://procurement.jsc.nasa.gov/NNJ12421704Q/Final-SOW_SBC_revA.DOCX NASA/JSC intends to make multiple awards to more than one offeror to procure the singleboard. The Government has the option to purchase multiple single boards from thesuccessful offerors. This solicitation is for the acquisition of a Developmental Single Board Computer fortesting and qualification to be approved in future space missions. The acquisition willbe conducted as a three-step procurement using a progressive down-selection techniquebetween phases. In this technique, multiple offerors will be selected for Phase 1. Itis expected that the successful offeror(s) for Phase 2 and Phase 3 will be chosen fromamong the successful offerors of Phase 1 after evaluation and testing. Phase 1 is for the Developmental Single Board computer. Phase 2 & 3 is for theEngineering and Flight Boards, respectively.The competition for Phase 2 and Phase 3 will be based on the results of Phase 1, and theaward criteria for Phase 2 and Phase 3 will include successful completion of Phase 1requirements. NASA/JSC does not intend to issue separate, formal solicitations for Phase 2 and Phase 3. Phase 2 and Phase 3 proposals will be requested from the Phase 1 successful offerors,via a letter. All information required for preparation of Phase 2 and 3 proposals,including the final evaluation criteria and factors, will be provided at that time.Phase 2 and Phase 3 will be synopsized in the Government point of entry in accordancewith FAR 5.201 and 5.203 unless one of the exceptions in FAR 5.202 apply. Notwithstanding NASA's expectation that only the Phase 1 successful offerors will becapable of successfully competing for Phase 2 and Phase 3, all proposals will beconsidered. Any other responsible source may indicate its desire to submit a proposal byresponding to the Phase 2 and Phase 3 synopsis, and NASA will provide that source all theinformation furnished to the Phase 1 offerors necessary to submit a proposal. To be considered for Phase 2 and Phase 3 awards, offerors must demonstrate a designmaturity and NASA testing equivalent to that of the Phase 1 successful offerors. Failureto fully and completely demonstrate the appropriate level of design maturity may renderthe proposal unacceptable with no further consideration for contract award.Although NASA will request Phase 2 and Phase 3 proposals from Phase 1 successfulofferors, submission of Phase 2 and Phase 3 proposals is not a requirement of the Phase 1solicitation/contract. Accordingly, the costs of preparing these proposals shall not be adirect charge to the Phase 1 contract, if applicable. The anticipated schedule for conducting this phased procurement is provided for yourinformation. These dates are projections only and are not intended to commit NASA tocomplete a particular action at a given time. Phase 1 award FY 12 Phase 2 synopsis FY 14Phase 2 proposal requested FY 14Phase 2 award FY 14/15Phase 3 synopsis FY 16Phase 3 proposal requested FY 16 Phase 3 award FY 16/17Offerors must have all of the boards (developmental, engineering, and flight) availableat the time of this acquisition. The specifications for the engineering and flightboards are listed in the SOW. The Government may/may not procure boards for Phase 2 and 3 from Phase 1s successfulofferor. Offerors are encouraged to propose discounts for the purchase of multiple boards.The provisions and clauses in the RFQ are those in effect through FAC 2005-57.This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334111 and1,000 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to 2101 NASA PKWY, Houston, TX 77058 is required within 6 Months ARO.Deliveryshall be FOB Destination.Offers for the items(s) described above are due by 2:00 PM standard time on April 11,2012 to Lawrence Miller and Stacy G. Houston at lawrence.l.miller@nasa.gov andstacy.g.houston@nasa.gov, respectively and must include, solicitation number, FOBdestination to this Center, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (Feb 2012), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (Feb 2012), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-10, 52.219-6,, 52.222-3, 52.222-19, 52.222-26,52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-1, 52.225-13, 52.232-33.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Lawrence Miller atlawrence.l.miller@nasa.gov, not later than 2:00 PM Standard time on April 4, 2012. Telephone questions will not be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement.Offerors must include completed copies of the provision at 52.212-3 (MAR 2012), OfferorRepresentations and Certifications -Commercial Items with their offer. These may be obtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand certifications will be incorporated by reference in any resultant contract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12421704Q/listing.html)
 
Record
SN02708234-W 20120330/120328235937-470c30906593c85705829acc7d60455b (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.