Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOLICITATION NOTICE

70 -- COMMUNICATIONS DATA PROCESSOR SYSTEM

Notice Date
6/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ13477211Q
 
Response Due
7/12/2013
 
Archive Date
6/26/2014
 
Point of Contact
Sophia Mo, Contract Specialist, Phone 281-792-7877, Fax 281-244-2370, Email sophia.mo@nasa.gov - Kendrea Vallien, Contracting Officer, Phone 281-244-7176, Fax 281-244-2370, Email kendrea.d.vallien@nasa.gov
 
E-Mail Address
Sophia Mo
(sophia.mo@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/JSC has a requirement for a Communications Data Processor (CDP) System. 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 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) for the following items or their equivalent: 1 (one) CDP Sever Platform (Dell R820) Part No. AT-softFEP-CDP 1 One CDP softFEP Application Software (K-Band Communications Data Processor) Part No. AT-softFEP-CDP-SW 2 (two) years of CDP Annual Support through 2015 Part No. AT-SSPT 2 (two) years of CDP Quarterly Operating System Updates through 2015 Part No. AT-MSPT-CRT The provisions and clauses in the RFQ are those in effect through FAC 2005-68. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 54512 $25.5M dollars respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Johnson Space Center, 2101 NASA Parkway, Building 421 Bond (ODDI Account), Houston, TX 77058 c/o Alex Sanders, mail code OD111 is required within 60 (sixty) days ARO. Delivery shall be FOB Destination. All items for the CDP System defined in this combined synopsis/solicitation shall be from the same homogenous manufacturing lot production. Offers for the items(s) described above are due via email by 4:00 p.m. CST on July 12, 2013 to Sophia Mo at sophia.mo@nasa.gov 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 Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), 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 (JUN 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2013), 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, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.223-18, 52.225-1, 52.225-3, 52.232-3, 52.239-1, 52.222-41, 52.222-42, 52.222-43, 52.222-17, 52.226-6. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm IF YOU ARE ABLE TO SUPPLY THE DESIRED ITEM WITH A HIGHER QUALITY THAN THAT OF THE ITEMS SPECIFIED OR PROPOSED, YOU ARE REQUESTED TO BRING THIS FACT TO THE IMMEDIATE ATTENTION OF THE PURCHASER. All contractual and technical questions must be in writing by e-mail to Sophia Mo at sophia.mo@nasa.gov not later than 4:00 p.m. CST July 08, 2013.Telephone and faxed questions will not be accepted. Selection and award will be made in accordance with 52.212-2 (Jan 1999), Evaluation Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technically Acceptability Cost/Price Past Performance In accordance with FAR 15.304, technical acceptability and past performance, when combined, are significantly more important than cost/price. Technical acceptability is significantly more important than past performance. 1. Technical Acceptability - The baseline shall be evaluated for the complete and adequate response to the SOW. The technical requirements will be rated as either meets requirements or does not meet requirements. 2. Cost/Price - This factor shall be used to evaluate the realism of the proposed costs for the item being proposed. 3. Past Performance - Past Performance indicates how well an offeror performed on earlier work and can be a significant indicator of how well it can be expected to perform the work at hand. The offerors past performance including recent experience will be evaluated by the buying team. The evaluation will be based on information provided by offerors in their proposals, information obtained by the buying team based on communications with listed references as well as any other information obtained independently by the buying team. Past Performance for the offeror (and and major subcontractors, if applicable) will be evaluated and rated as Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory. If an offeror has no past performance experience, it will be given a neutral rating. The offeror can provide information from organizations and companies from which your company has previously performed work, in order for the Government to obtain appraisals of past performance. Offerors shall each provide information for up to three (3) past contracts (subject to the page limitation constraints). If the contract is ongoing, the offeror should have performed work on the contract for a period of at least three (3) months. Offerors shall consider the relevancy, recency, and magnitude of the effort(s) as they relate specifically to this requirement. Offerors are advised that the Governments evaluation of submitted contracts for past performance will include an evaluation of how recently performance has occurred. Only contracts with performance within three (3) years from date of the solicitation will be considered recent. Offerors with no past performance experience shall so state. The following information shall be provided regarding the offerors past performance: Contract number Contract value Employing Agency/Company Name Point of Contact (including address, telephone and fax numbers, and e-mail addresses) If a Government Agency, include both the Contracting Officer and Contracting Officers Technical Representative points of contact Contract Description Place of Performance Period of Performance Contract Type Status of Contract (current, terminated (if so, why), successfully completed (include completion date)) North American Industrial Classification System (NAICS) Code You may include up to one page of introductory material about the experience and performance of your company (if applicable). You may submit additional reference information on experience and past performance for consideration in this introductory material. However, providing such information in with the introductory material shall be subject to the one page limitation constraints. A written notice of award or acceptance of an offer, emailed or otherwise furnished to the successful offeror shall result in a binding contract upon agreement of both parties. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include completed copies of the provision at 52.212-3 (DEC 2012), 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. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. 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=73. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ13477211Q/listing.html)
 
Record
SN03099964-W 20130628/130626234811-0b32df50e766dd1da079056ce3c25636 (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.