Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

59 -- DEVELOPMENT SWITCH

Notice Date
6/25/2009
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09295602Q
 
Response Due
6/30/2009
 
Archive Date
6/25/2010
 
Point of Contact
Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, Email Dorothy.E.Viancourt@nasa.gov - Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480, Email Antoinette.M.Niebieszczanski@nasa.gov<br />
 
E-Mail Address
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/GRC has a requirement for SPECIFICATIONS FOR DEVELOPMENT SWITCHES - Thefollowing specifications apply to the requested Purchase for TTTech North America Inc.(TTTech) Time Triggered Ethernet (TTE) development switches.These are supplied pursuant to FAR 13.106, for the acquisition of supplies or services.At this time it appears that the intended switches do not have a part number, except forthe order number HE02.20.0.TTEthernet Development Switch Features:4 x 1000 Mbps copper/optical fibre ports (1000Base-SX modules)Maximum 4K (4096) standard Ethernet MAC addressesMaximum TT scheduled frames rate8K Receive (16K possible)48K Transmit256 clock sync frames1379 buffers in industry standard QDR II SRAM (static random access memory) withstatic assignments to traffic classesSupports single synchronization domainRedundant Mode and Multi-Hop mode capableSupports all programmability and operation on the TTTech Development Systempurchased on contract NNC08QA28P.2 EACH.NASA/GRC intends to purchase the items from NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONGLENN RESEARCH CENTER - RECOMMENDATION AND DETERMINATION TO SOLICIT FROM ONE SOURCEI recommend that NASA Glenn Research Center negotiate with TTTech North America Inc.(TTTech) onlyfor TTTech TTEthernet Development Switches as quoted. The total estimatedcost of this effort is $ 32,380 and the estimated period of performance or lead-time fordelivery is 30 DAYS.This recommendation is made pursuant to FAR 13.106, for the acquisition of supplies orservices determined to be reasonably available from only one source.Competition isimpractical for the following reasons: 1.TTTech was selected by the prime contractor Lockheed Martin to provide the timetriggered protocol on Ethernet(TTE) part of the flight data bus for the Orion spacevehicle. TTTech is currently the only vendor of TTE until such time as TTE becomes aSociety of Automotive Engineers standard AS6802, an event that is not expected for atleast another year. This proprietary commercial off the shelf data bus hardware will beused in the developmental system that was previously purchased on Contract NNC08QA28Pfrom TTTech.The urgency is that the Orion Preliminary Design Review (PDR) is in late August and thedata bus hardware will enhance our ability to perform Independent Verification andValidation on the TTE data bus before the PDR.NASA will use this system to do properinsight or oversight of the development of the Orion data bus.2. Pursuant to NFS 1805.207 and 1804.570, this proposed contract action will bepublished on the NASA Acquisition Internet Service (NAIS) and pursuant to FAR 5.201, thisproposed contract action will be synopsized in the Government-wide Point of Entry. Theresults received in writing will be added to this document by addendum. Pursuant to NFS 1805.207 and 1804.570, the proposed contract action was synopsized onNAIS and pursuant to FAR 5.201, the proposed contract action was synopsized in theCommerce Business Daily. No other firms requested consideration under this procurement. The Government intends to acquire a commercial item using FAR Part 12.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon 06/29/2009. Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the government.Oral communications are not acceptable in response to this notice. E-MAIL Dorothy.E.V.irancout@nasa.govAll responsible sources may submit an offer which shall be considered by the agency.Any referenced notes may be viewed at the following URLs linked below.SUPPLEMENTAL INFORMATION - SIMPLIFIED ACQUISITIONS (2-24-09)A. The following information is provided relative to this order:1.The Government technical contact for this order is: KEN GREGGThe technical contact may be reached at: 216-433-87652.This order is a rated order under DPAS (15 CFR 700). The Rating is DO-A7 if therequirement is for electronic and/or communications equipment.The Rating is DO-C9 forall other requirements.3.If the Contractor proposes to change the items and/or process description(s) forthe required items or service, the Contractor must submit a written request to theContracting Officer and receive written approval before proceeding with the change.4.The Government requires all vendors receiving awards to be registered in ORCA. The web site for this registration is: https://orca.bpn.gov/5.Submit invoices to:NASA Shared Services Center (NSSC)Financial Management Division (FMD) Accounts PayableBldg. 1111, C. RoadStennis Space Center, MS 39529Email:NSSC-AccountsPayable@nasa.gov Fax: 866-209-54156.Tax Identification Number (TIN) must be provided with the invoice for payment7.FOR BILLING INFORMATION, CONTACT THE NSSC at 1-877-677-2123TERMS AND CONDITIONS OF ORDER SECTION A.1 GENERAL - COMMERCIAL ITEMS [ X] Open Market Item: This order is for a commercial item subject to the terms andconditions of FAR 52.212-4, Contract Terms and Conditions -- Commercial Items,incorporated by reference; FAR 52.212-5, Contract Terms and Conditions Required toImplement Statutes and Executive Orders, attached to this order; and any additional termsand conditions included below as addenda to 52.212-4.This order incorporates the following FAR and NASA FAR Supplement (NFS) clauses byreference, with the same force and effect as if they were given in full text. Clausesincorporated by reference which require a fill-in by the Government, include the text ofthe affected paragraph(s) only. This does not limit the clause to the affectedparagraph(s). The Contractor is responsible for understanding and complying with theentire clause.The full text of a clause may be accessed electronically at this/theseaddress(es):FAR: http://www.acqnet.gov/far/NFS: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmADDENDUM TO 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS 52.219-28 Post-Award Small Business Program Rerepresentation. (APR 2009) 52.247-32 F.o.b. Origin, Freight Prepaid. (FEB 2006) 1852.215-84 Ombudsman. (OCT 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concernsfrom offerors, potential offerors, and contractors during the preaward and postawardphases of this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman is notto diminish the authority of the contracting officer, the Source Evaluation Board, or theselection official. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first addresstheir concerns, issues, disagreements, and/or recommendations to the contracting officerfor resolution. (b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman, Kirk D. SeablomGRC Orion Project Planning and Control LeadPhone:216-433-5593FAX: 216-433-8000Email: Kirk.D.Seablom@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mailjames.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of thesolicitation, verify offer due date, or clarify technical requirements. Such inquiriesshall be directed to the Contracting Officer or as specified elsewhere in this document.(End of clause)1852.223-72 Safety and Health (Short Form). (APR 2002) 1852.225-70 Export Licenses. (FEB 2000) 1852.247-73 Bills of Lading. (JUN 2002) 52.212-5 ATTACHMENT 52.212-5 Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items. (APR 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items:(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: Contracting Officer check as appropriate.52.203-6 - 52.219-27 DO NOT APPLY[x] (16) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15U.S.C. 632(a)(2)).X(17) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).X(18) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O.13126).X(19) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).X(20) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).[X](21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).X(22) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C.793).[X](23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).[ ](24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues orFees (DEC 2004) (E.O. 13201).[ ](25) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order12989). (Not applicable to the acquisition of commercially available off-the-shelf itemsor certain other types of commercial items as prescribed in 22.1803.)[ ](26)(i) 52.223-9, Estimate of Percentage of Recovered Material Content forEPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to theacquisition of commercially available off-the-shelf items.)[ ](ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable tothe acquisition of commercially available off-the-shelf items.)[ ](27) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C.8259b).[ ] (28)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of PersonalComputer Products (DEC 2007) (E.O. 13423).[ ](ii) Alternate I (DEC 2007) of 52.223-16.X(29) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d).[ ] (30)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (FEB2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77,108-78, 108-286, 109-53 and 109-169).[ ](ii) Alternate I (JAN 2004) of 52.225-3.[ ](iii) Alternate II (JAN 2004) of 52.225-3.[ ] (31) 52.225-5, Trade Agreements (MAR 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note).X(32) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury).[ ](33) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C.5150).[ ](34) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42 U.S.C. 5150).[ ](35) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41U.S.C. 255(f), 10 U.S.C. 2307(f)).[ ](36) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C.255(f), 10 U.S.C. 2307(f)).[ ](37) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration(OCT 2003) (31 U.S.C. 3332).X(38) 52.232-34, Payment by Electronic Funds Transfer - Other than Central ContractorRegistration (MAY 1999) (31 U.S.C. 3332).[ ](39) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332).[ ](40) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).[ ](41)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).[ ](ii) Alternate I (APR 2003) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable tocommercial services, that the Contracting Officer has indicated as being incorporated inthis contract by reference to implement provisions of law or Executive orders applicableto acquisitions of commercial items: (Contracting Officer check as appropriate.)[ ](1) 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.).[ ](2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C.206 and 41 U.S.C. 351, et seq.).[ ](3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment(Multiple Year and Option Contracts) (NOV 2006) (29 U.S.C. 206 and 41 U.S.C. 351, etseq.).[ ](4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment(FEB 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).[ ](5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts forMaintenance, Calibration, or Repair of Certain Equipment--Requirements (NOV 2007) (41U.S.C. 351, et seq.).[ ](6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts forCertain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.).[ ](7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247).[ ] (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record. The Contractor shall comply with theprovisions of this paragraph (d) if this contract was awarded using other than sealedbid, is in excess of the simplified acquisition threshold, and does not contain theclause at 52.215-2, Audit and Records - Negotiation.(1) The Comptroller General of the United States, or an authorized representative of theComptroller General, shall have access to and right to examine any of the Contractor'sdirectly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times therecords, materials, and other evidence for examination, audit, or reproduction, until 3years after final payment under this contract or for any shorter period specified in FARSubpart 4.7, Contractor Records Retention, of the other clauses of this contract. If thiscontract is completely or partially terminated, the records relating to the workterminated shall be made available for 3 years after any resulting final terminationsettlement. Records relating to appeals under the disputes clause or to litigation or thesettlement of claims arising under or relating to this contract shall be made availableuntil such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures andpractices, and other data, regardless of type and regardless of form. This does notrequire the Contractor to create or maintain any record that the Contractor does notmaintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and(d) of this clause, the Contractor is not required to flow down any FAR clause, otherthan those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by theclause--(i) 52.203-13 (xiii) 52.247-64 DO NOT APPLY(End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09295602Q/listing.html)
 
Record
SN01857389-W 20090627/090626000656-bac00603907c36522f141427bc516292 (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  © 1994-2020, Loren Data Corp.