Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2014 FBO #4463
SOLICITATION NOTICE

D -- SOLE SOURCEPROGRAMMABLE TELEMETRY PROCESSOR TO INGENICOMM

Notice Date
2/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK14502483Q
 
Response Due
2/14/2014
 
Archive Date
2/10/2015
 
Point of Contact
Allen J. Miller, Contract Specialist, Phone 321-867-3308, Fax 321-867-4848, Email Allen.J.Miller@nasa.gov
 
E-Mail Address
Allen J. Miller
(Allen.J.Miller@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Contractor must deliver the items 90 days or sooner after award, FOB Destination to KSC FL. 32899. This solicitation is a sole source acquisition notice for commercial items prepared in accordance with 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. Kennedy Space Center (KSC) has a requirement for Programmable Telemetry Processors. This notice is being issued as a Sole Source Request for Quotation to Ingenicomm, a small business, Chantilly, VA for the following items: 1: PTP-2013 4U Rackmount PTP Base System, TQ9 Intel Core 2 Duo, 3 GHz, 4 GB RAM, dual GB Ethernet, Redundant 500W power supply, 4 PCI, 6 PCI-x, & 2 PCI-e slots, 500 GB mirrored system drives (SATA), 1 TB archive drive (SATA), DVD+-RW, Windows 7 OS (option XP OS), and PTP Software 2: PTP-6750-5M-NC Low Rate Serial I/O Frame Sync card, Max Rate 5 Mbps, no Reed-Solomon, Standard Impedance, SGLS-capable 3CB-0963-1Cable, Timing and Reference, 8.5 inch (Luna) 4PTP-BC635Board, PCIe, Time and Frequency Processor and Cable 5CB-0964GCable, PCI-6750 Optimized Signaling Breakout Cable 6PTP-SW101SSoftware Silver Service, direct technical and operational telephone support for software issues, Monday through Friday, 8am to 5pm EST, First Year 7PTP-HW0101SHardware Warranty for Ingenicomm PTP or PTP-EX, First Year The Ingenicomm Programmable Telemetry Processor (PTP) is being purchased to support operations in the Launch Services Program. Ingenicomms Programmable Telemetry Processor (PTP) Base System, Frame Sync/Simulators, and associated cables. It is in the best interest of the Government to procure the Programmable Telemetry Processors from Ingenicomm. Ingenicomm is the only vendor for this product. Competition is impractical because Ingenicomm. is the only NASA Integrated Services Network (NISN) approved vendor manufacturing this product. NISN operates and approves access to the network which this device will be connected. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their quotation and detailed capabilities and qualifications to perform this effort in writing to the identified point of contact no later than 10:00 a.m. EST time on February 12, 2014. Such detailed capabilities and qualifications must demonstrate in writing the ability to meet this requirement and will be evaluated solely for the purpose 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 open competition basis, based upon responses to this notice, is solely within the discretion of the government. Questions must be received in writing (email) by 10:00 a.m. EST on February 12, 2014, to the identified point of contact. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". The provisions and clauses in the RFQ are those in effect through FAC 2005-72. The NAICS Code and the small business size standard for this procurement are 517919, $30 million. 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. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 10:00 a.m. EST on February 14, 2014 via email to allen.j.miller@nasa.gov. Offers must include solicitation number, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK14502483Q/listing.html)
 
Record
SN03285477-W 20140212/140210234707-b11216fff80e643c4a7cb796e29732ec (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.