SOLICITATION NOTICE
66 -- SPEC CANISTER WITH TRAILING CONE
- Notice Date
- 3/10/2015
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Edwards, CA93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND15536805Q
- Response Due
- 3/16/2015
- Archive Date
- 3/10/2016
- Point of Contact
- Rosalia Toberman, Contracting Officer, Phone 661-276-3931, Fax 661-276-2904, Email rosalia.toberman-1@nasa.gov - Suzanne McLaughlin, Acquisition Support Contractor, Phone 661-276-6337, Fax 661-276-3374, Email suzanne.m.mclaughlin@nasa.gov
- E-Mail Address
-
Rosalia Toberman
(rosalia.toberman-1@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/AFRC has a requirement for 2 each Hermetically Sealed Canisters with Trailing Cones for the installation of atmospheric science instrumentation and atmospheric sensors on the NASA DC-8 Airborne Science Platform. The specific requirement is in support of the High Ice Water Content (HIWC) project and scheduled HIWC deployment to be conducted during August 10-31, 2015. NASA/AFRC intends to purchase the items directly from Stratton Park Engineering (SPEC, Inc.), 3022 Sterling Circle, #200, Boulder, CO 80301. The items are to be manufactured by SPEC, Inc. in accordance with SPEC Drawing Number 122-1000. Limited Competition Justification. Authority for the requirement is 10 USC 2304(c)(1) and FAR 6.302-1 (a) (2) Only one responsible source.Justification is based upon the following facts: 1.The SPEC hermetically sealed canister(s) have been previously flight qualified by NASA AFRC for installation on the NASA DC-8 wing-tip pylon. 2.The DC-8 pylon structure (including the interfacing hardware, fittings, and sled) were designed to install SPEC canisters in-order to support previous deployments and science objectives; and 3.SPEC Inc. is the only known vendor that provides the specific hermetically sealed canister(s) that fits the currently configured NASA DC-8 wing pylon. To use canisters of different size or with different electrical interfaces, the government would have to spend considerable time and money (e.g. for non-recurring design engineering, flight qualification, and verification and validation costs) to modify the existing DC-8 pylon structure. Based upon the above, utilization of any other supplier in-lieu of SPEC Inc. for the hermetically sealed canister(s) would likely result in: a) substantial duplication of cost (i.e. NRE) costs to the Government that is not expected to be recovered through competition; and b) unacceptable delays in fulfilling the agencys requirements. These reasons justify procuring the required services exclusively from SPEC Inc. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 12:00 p.m. PDT on 03/16/2015. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis.A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion 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. NASA Clause 1852.215-84, 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/DFRC/OPDC20220/NND15536805Q/listing.html)
- Record
- SN03662780-W 20150312/150310235101-34cfb44aa82b43293932e989ac8cc7bb (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 |