Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

A -- SOLE SOURCE FIBER OPTIC BYPASS SWITCH, P/N H-AS-FORELAY-60

Notice Date
8/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
PR4200119604
 
Response Due
8/5/2005
 
Archive Date
8/2/2006
 
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 is a sole source notice constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Sole Source Requirement for 52 each Fiber Optic Bypass Switches (P/N H-AS-FORELAY-60) from Systran Corp (doing business as Curtiss Wright Controls), Dayton, OH. Competition is impractical for the following reasons: After reviewing other vendors product Systran was the only vendor that had a fiber optic bypass switch that met the specifications of our existing telemetry processing requirements. These switches are critical to our launch operations. NASA KSC Launch Services Program uses SYSTRAN Corporation?s Scramnet+ cards to create a ring that simulates a common data buffer between the various components in our telemetry system. The addition of Optical Bypass Switches to our telemetry system will allow the removal or addition of nodes from the Scramnet+ ring as required during the operation of our telemetry system. The SYSTRAN Corporation?s Optical Bypass Switch (part number H-AS-FORELAY-60) is the only switch that interfaces directly with each Scramnet+ card by use of a mini DIN cable . This direct interface between the Scramnet+ card and the optical bypass switch provides two abilities that are necessary to minimize the corruption of data in the event of a failure of a component on the Scramnet ring: 1. The ability for a Scramnet card to quickly remove itself from the Scramnet ring if its internal programming detects a failure within the Scramnet card. 2. The ability of our in-house health monitoring software applications to remove a component from the Scramnet ring if it detects an error in the functioning of a component. 3. The ability to command the bypass switch directly from the Scramnet card using our own in-house software applications. This will allow us to programmatically add a backup for a failed component onto the Scramnet ring. Systran Corporation?s Optical Bypass Switch (part number H-AS-FORELAY-60) is the only compatible switch that interfaces directly with the Scramnet cards that are presently part of our telemetry system. The direct interface between the optical bypass switch and the Scramnet+ card is required to meet our telemetry system requirements. This determination was made after an extensive canvassing of various technology industry personnel for alternative suppliers and yielded no other competitive suppliers of the referenced product. It is in the best interest of NASA to sole source this procurement to Systran who has the only standard product that meets all requirements. The provisions and clauses in this solicitation are those in effect through FAC 2005-05. This procurement is a total small business set-aside. See Note 1. The NAICS Code (541330) and the small business size standard for this procurement is four million dollars. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer of mission suitability, which shall be considered by the agency. However, based on the information above, the government does not anticipate any offers other than Systran's that can meet the requirements. Delivery to KSC. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by , 2:00PM. EST on August 8, 2005 to OP-LS, KSC, FL 32899, solicitation number PR4200119604, FOB destination to KSC, 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 (JAN 2005), Instructions to Offerors-Commercial, 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JULY 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Allen J. Miller not later than , 2:00 PM. (EST) August 5, 2005. Telephone questions will not be accepted. 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. Selection and award will be made to Systran. Systran's offer is the most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that any other 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, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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/eps/bizops.cgi?gr=D&pin=76 . 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
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#116851)
 
Record
SN00860748-W 20050804/050802212936 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.