Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2017 FBO #5837
SOURCES SOUGHT

58 -- Ocean Color Instrument Ultraviolet to Near-Infrared Charge Coupled Devise - OCI CCD SOW

Notice Date
11/14/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771
 
ZIP Code
20771
 
Solicitation Number
RFI-PACE-OCI-CCD
 
Archive Date
12/28/2017
 
Point of Contact
Michael Levy, Phone: 3012860621
 
E-Mail Address
michael.w.levy@nasa.gov
(michael.w.levy@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
UVNIR Detector CCD Interface Control Drawing OCI CCD Specification OCI CCD SOW The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center 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 Ocean Color Instrument (OCI) Ultraviolet to Near Infrared (UVNIR) Charge Coupled Devise (CCD). 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. For additional information on the CCD see the attached OCI-CCD-SOW-0016 Rev B OCI Ultraviolet to Near Infrared (UVNIR) Charged Coupled Devise (CCD) Statement of Work (SOW), OCI-DET-SPEC-0035 Rev A, Ocean Color Instrument (OCI) Ultraviolet to Near-Infrared (UVNIR) Charge Coupled Device (CCD) Specification, and Drawing 2256220 Revision - UVNIR Detector CCD Interface Control Drawing OCI Flight. This RFI is to solicit specific capability information from industry and promote competition. For planning purposes, we are requesting that the responses to this RFI include the following information: 1) A requirement-by-requirement specification response to the OCI-DET-SPEC-0035 Rev A, Ocean Color Instrument (OCI) Ultraviolet to Near-Infrared (UVNIR) Charge Coupled Device (CCD) Specification. 2) A brief description of the proposed technical solution, and its capabilities, key interfaces, compliance with the requirements (and/or enhanced capabilities), operations concept and heritage. 3) Identification of any deviations from the capabilities and performance requested and/or interface requirements that would allow the provision of an CCD at reduced cost, and associated cost reduction. 4) A brief description of company capabilities, applicable facilities, and experience designing, building, testing and qualifying spaceflight CCDs. 5) A brief description specifying compliance with the OCI-CCD-SOW-0016 Rev B OCI Ultraviolet to Near Infrared (UVNIR) Charged Coupled Devise (CCD) Statement of Work (SOW). 6) Notional high-level schedule for instrument implementation through delivery to the project in relation to the delivery date requested in the OCI-CCD-SOW-0016 Rev B Ultraviolet to Near Infrared (UVNIR) Charged Coupled Device (CCD) Statement of Work (SOW). 7) The approximate cost of a delivery of the CCDs as specified in the OCI-CCD-SOW-0016 Rev B Ultraviolet to Near Infrared (UVNIR) Charged Coupled Device (CCD) Statement of Work (SOW). Costs should be in real year dollars. Include total cost and a cost breakdown to include: a. CCD design. b. CCD fabrication. c. CCD test. 8) Description of key technical, schedule, and price drivers and options to mitigate risks and/or reduce schedule. 9) Identification of any potential developmental risk items, parts or subsystems and a brief explanation as to how to mitigate that risk. 10) For this RFI, a Firm Fixed Price (FFP) contract type should be assumed. Please indicate if your company would consider a Firm Fixed Price contract for a potential future RFP. The North American Industry Classification System (NAICS) code for this procurement is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard of 1,250 employees. Estimated award date for this contract is March 2018. Estimated award amount is under $5,000,000. 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). Technical questions should be directed to: Brent Mott Phone: 301-286-7708 Email: david.b.mott@nasa.gov Procurement related questions should be directed to: Michael Levy Phone: 301-286-0621 Email: michael.w.levy@nasa.gov This acquisition is not considered a commercial item. A commercial item is defined in FAR 2.101. 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 via electronic transmission to Michael Levy and Brent Mott no later than December 13, 2017. Please reference RFI PACE-OCI-CCD in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/RFI-PACE-OCI-CCD/listing.html)
 
Place of Performance
Address: contractor facility, United States
 
Record
SN04739527-W 20171116/171114231039-1678f5adbc03cdd20880b6280698ddba (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.