Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2014 FBO #4572
SOLICITATION NOTICE

66 -- FLUID LENSING AIRBORNE AND SPACEBORNE IMAGERS

Notice Date
5/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA14512420Q-AKK
 
Response Due
6/16/2014
 
Archive Date
5/30/2015
 
Point of Contact
Karen Klaas, Contract Specialist, Phone 650-604-6474, Fax 650-604-3020, Email karen.klaas@nasa.gov
 
E-Mail Address
Karen Klaas
(karen.klaas@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA Ames Research Center has a requirement for two Fluid Lensing Airborne and Spaceborne Imagers. Please see attached specifications. 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. This procurement is a total small business set-aside. In accordance with FAR 19.001, a small business concern is defined as a concern that is qualified as a small business under the criteria and size standards in 13 CFR Part 121, and is organized for profit with a place of business located in the United States or its outlying areas and that makes a significant contribution to the U.S. economy through payment of taxes and/or use of American products, material and/or labor. Additional information regarding small business contracting with the federal government is available from the Small Business Administration at http://www.sba.gov/. The North American Industry Classification System (NAICS) Code and the small business size standard for this procurement are 335999 and 500 employees respectively. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. 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. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by Monday, June 16, 2014, no later than 3:00 PM Pacific Time, to the contract specialist, Karen Klaas, email Karen.Klaas@nasa.gov, and must include a firm fixed price for the required item. Quotations must also include: solicitation number, 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. The provisions and clauses in the RFQ are those in effect through Federal Acquisition Circular (FAC) 05-73. Offerors shall provide the information required by FAR 52.212-1 (Apr 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. Offerors shall provide the information required by FAR 52.212-3 (May 2014) Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4 (May 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (May 2014), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing by email to: Karen.Klaas@nasa.gov not later than Friday, June 6, 2014. Telephone questions will not be accepted. Selection and award will be made to the offeror whose offer will be most advantageous to the Government, with consideration given to the following evaluation factors in descending order of importance: (1) Technical acceptability of the proposed Fluid Lensing Airborne and Spaceborne Imagers and the extent that they meet all of the specifications listed in the attached specifications document; (2) Price; (3) Experience: An evaluation of the offerors CubeSat-specific hardware and manufacturing experience determined by the number of successful CubeSat missions that flew with the offerors CubeSat hardware (chassis, power distribution boards, solar arrays, hinges, deployment mechanisms, etc.) or software (power management, bus system, communications, etc.) Work experience with Fluid Lensing requirements and imaging shall be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). NASA Clause 1852.215-84 (Nov 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA14512420Q-AKK/listing.html)
 
Record
SN03380383-W 20140601/140531021244-0441eb46c39b1395d7e0805d90d8c6c9 (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.