Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2015 FBO #4993
SOLICITATION NOTICE

D -- MTI CORE FLIGHT EXECUTIVE AND CORE FLIGHT SYSTEM APPLICATION ENGINEERINGSUPPORT

Notice Date
7/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC15547437Q
 
Response Due
7/28/2015
 
Archive Date
7/24/2016
 
Point of Contact
Ingrid Pace, Buyer, Phone 216-433-2772, Fax 216-433-2480, Email Ingrid.Pace-1@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Ingrid Pace
(Ingrid.Pace-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as Request for Quotations (RFQ) for Systems Engineering analysis and oversight to support the Strategic Center for Education, Networks, Integration, and Communications (SCENIC) project, with respect to the MTI Systems, Incorporated Core Flight Executive/Core Flight System (CFE/CFS) application and integration with other interfacing tools. Statement of Work Task 1-Part 1: MSC SCENIC Project Management Provide Systems Engineering analysis and oversight to support the SCENIC project, with respect to MTI CFE/CFS application and integration with other interfacing tools. Personnel will develop documentation (spreadsheets, word documents, and power point slides) as required for the task and management briefings. Activities may include coordination and support with other SCaN organizations such as Network Services, Program Systems Engineering, and Technology and Standards Development. The personnel shall attend SCENIC related meetings as required. Task 1-Part 2:-MSC SCENIC Software Engineering Provide software engineering support to the SCENIC project in design analysis, systems engineering, document reviews, and network interface design and analysis for SCENIC architecture elements and its interfaces with MTI CFE/CFS application. Personnel will review design documentation, including aspects of software and/or firmware engineering, software architecture (including use of middleware), use of interface simulators for software testing, identifying risks, and identify and potentially support the government's activity related to verification, integration, and testing. The personnel shall attend SCENIC related meetings as required. The contractor shall be able to provide the following support: oversight and insight for development of test plans and procedures, test support, engineering support for a diverse set of systems and components. The contractor shall also be capable of providing SCENIC contract support of hardware and components development. This hardware may include but not limited to Field Programmable Array Interfacing, Systems Tool Kit interfaces, various test equipment, and enterprise/networking infrastructure connecting all CFE/CFS interfaces. The contractor shall also provide off-center work facilities, as deemed appropriate by the contractor, when an on-center presence is not requested, as determined by MSC and/or SCENIC Project Management. 3.2 Evaluation of Test plans and procedures Contractor shall be capable of evaluating overall test strategies and using information relevant to a specific technology in determining the feasibility of test procedures and plans. These test plans and procedures will be submitted for review and comment, and comments incorporated into final documents. 3.3 Test Support. Contractor shall provide the following test support for each test event as determined by the progress. The provisions and clauses in RFQ are those in effect through FAC _2005_- 83. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 541511 and $27,500,000.00 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within 5 days of receipt of order. Delivery shall be FOB Destination. Offers for the items(s) described above are due by noon on July 28, 2015 to Ingird Pace (Ingrid.Pace-1@nasa.gov), 21000 Brookpark Road, Mail Stop 60-0, Cleveland, OH 44135, fax (216) 433-5090 and must include, solicitation number, FOB destination to this Center, 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. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. 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. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACTOR AWARDS 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION 52.222-3 CONVICT LABOR 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMEDIES 52.222-21 PROHIBITION OF SEGREGATED FACILITIES 52.222-26 EQUAL OPPORTUNITY 52.222-35 EQUAL OPPORTUNITY VETRANS 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES 52.222-37 EMPLOYMENT REPORTS ON VETERANS 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT 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 (e-mail or fax) to Ingrid Pace not later than COB, July 27, 2015. Telephone questions will NOT be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. 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. Prospective offerors shall notify this office of their intent to submit an offer. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/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/GRC/OPDC20220/NNC15547437Q/listing.html)
 
Record
SN03810500-W 20150726/150724235857-cc4e8eef363c4b0461a538c11f5552c7 (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.