Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2016 FBO #5354
SOLICITATION NOTICE

66 -- CAMERA KIT

Notice Date
7/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771
 
ZIP Code
20771
 
Solicitation Number
NNG16588751Q
 
Archive Date
8/5/2016
 
Point of Contact
Gilser A. Nash, Phone: 3012864926
 
E-Mail Address
gilser.a.nash@nasa.gov
(gilser.a.nash@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC has a requirement for a medium format aerial camera. The camera will be required to demonstrate airborne heritage, and meet stringent requirements listed below for compatibility with G-LiHT and to meet science measurement requirements: • Size: 4 × 4 × 8" to fit within existing G-LiHT housing • Weight: ≤3 lbs to have minimal affect the weight & balance of airborne platform • Power supply: ≤10 W and 12 or 28 VDC to be compatible with power supply of general aviation aircraft and G-LiHT electrical system. • For maximum image quality operating in a fast moving aircraft and dawn to dusk conditions, we require a low distortion, high performance Modulation Transfer Function (MTF) lens (focal length ~50 mm, f/4) and spare that is compatible with the camera and software. other requirements include a Phase One Software Develoment Kit (SDK) that allows us to modify the software code to customize hardware drives, camera control and data acquisition and processing and a 2 day visit by a trained representative to assist with hardware integration and SDK software training. Integration with G-LiHT, NASA's multi-sensor airborne imaging system is a must. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is a combined synopsis/solicitation 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 a Request for Quotations (RFQ). The provisions and clauses in the RFQ are those in effect through FAC 2005-85-1. Offerors are required to submit their quote via email to Gilser Nash, gilser.a.nash@nasa.gov. All contractual and technical questions regarding this acquisition must be submitted in writing (e-mail) to Gilser Nash, gilser.a.nash@nasa.gov later than 2:30PM EST on July 22, 2016 Telephone questions will not be accepted. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). This procurement is a total small business set aside. The NAICS Code and size standard for this procurement are 333314 and 500. The offeror shall state in their offer their size status for this procurement. Delivery to NASA Goddard Space Flight Center is required within 30 days ARO. Delivery shall be FOB Destination. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by 2:30PM EST on July 22, 2016 to NASA Goddard Space Flight Center, Attn: Gilser Nash, 8800 Greenbelt Road, Code 210.5, Bldg. 22, Room 132, Greenbelt MD 20771, 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 are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. 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 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUN 2016), 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 (Oct 2015); 52.209-6 (Oct 2015); 52.219-28 (Jul 2013); 52.222-3 (June 2003); 52.222-19 (Feb 2016); 52.222-21 (Apr 2015); 52.222-26 (Apr 2015); 52.222-36 (Jul 2014); 52.222-50 (Mar 2015); 52.223-18 (Aug 2011); 52.225-3 (May 2014); 52.225-13 (Jun 2008); 52.232-33 (Jul 2013). The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 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. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG16588751Q/listing.html)
 
Record
SN04187595-W 20160721/160719234601-770089bd1f41d2cbdc3c9eff53bbd04e (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.