SOURCES SOUGHT
99 -- Plankton, Aerosols, Clouds, and ocean Ecosystem (PACE), Wide Field Infrared Survey Telescope (WFIRST), Traveling Wave Tube Amplifier - Attachments
- Notice Date
- 7/27/2017
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, Maryland, 20771, United States
- ZIP Code
- 20771
- Solicitation Number
- 2017-TWTA-GSFC-NASA
- Point of Contact
- Colin Bornmann, Phone: 3012867673, Eric J. Newman, Phone: 3012860897
- E-Mail Address
-
colin.r.bornmann@nasa.gov, eric.j.newman@nasa.gov
(colin.r.bornmann@nasa.gov, eric.j.newman@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Performance Specification Deliverable Items List and Schedule Statement of Work Request for Information (RFI) 2017-TWTA-GSFC-NASA Plankton, Aerosols, Clouds, and ocean Ecosystem (PACE) Wide Field Infrared Survey Telescope (WFIRST) Traveling Wave Tube Amplifier (TWTA) The National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for an anticipated Firm Fixed Price (FFP) contract on three (3) flight-qualified Ka-band Traveling Wave Tube Amplifiers (TWTA) for the PACE and WFIRST missions with the requirements listed below and in the attached documents. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. Please see the attached Performance Specification (SPEC), Statement of Work (SOW) and Deliverable Items List and Schedule (DILS) documents for further information. The North American Industry Classification System (NAICS) code for this procurement is 334220 (Amplifiers (e.g., RF power and IF), broadcast and studio equipment, manufacturing) with a size standard of 1250 employees. Estimated award date for this contract is June 2018. The estimated delivery date for the flight hardware is June 2020. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Further, NASA/GSFC requests basic cost information for the requirements. Specifically, provide a cost estimate for three (3) TWTAs. In addition, provide a schedule for the delivery of three (3) TWTAs. If applicable, please include any specifications sheets and basic design information for any available proprietary TWTAs that may meet the specifications contained herein. Responses are requested to identify any unduly restrictive requirements or potential areas of non-compliance in the SPEC document. This includes both unreasonable technical specifications and significant cost obstacles. Where there is non-compliance, please state if the SPEC is considered unnecessarily stringent or if a Non Recurrent Effort (NRE) could be pursued to achieve compliance on that particular requirement (and associated cost). Comments and suggestions for improving the requirements documents are always encouraged and solicited. Technical questions should be directed to: Adán Rodríguez-Arroyo PACE RF Communications Subsystem Lead Engineer NASA/Goddard Space Flight Center 8800 Greenbelt Road Greenbelt, MD 20771 Phone: (301) 286-3295 E-mail: adan.rodriguez@nasa.gov Procurement related questions should be directed to: Colin Bornmann Contract Specialist NASA/Goddard Space Flight Center 8800 Greenbelt Road Greenbelt, MD 20771 Phone: (301) 286-7673 E-mail: colin.r.bornmann@nasa.gov The requirement is not considered a commercial item. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted to Colin Bornmann via electronic mail (in either Microsoft Word or ADOBE PDF format) to the e-mail address above no later than August 31, 2017 at 4:00 PM EDT. Please reference 2017-TWTA-GSFC-NASA in any response. Attachments: Statement of Work (SOW) Deliverable Items List and Schedule (DILS) Performance Specification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3556c8eb33a124276c6fbce52e5e44e9)
- Record
- SN04601257-W 20170729/170727232814-3556c8eb33a124276c6fbce52e5e44e9 (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 |