Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
SOLICITATION NOTICE

V -- Remote Sensing Flight Services

Notice Date
12/2/2016
 
Notice Type
Presolicitation
 
NAICS
481112 — Scheduled Freight Air Transportation
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NNG17608707Q
 
Archive Date
12/28/2016
 
Point of Contact
Ian P. Sherry, Phone: 301-286-4545
 
E-Mail Address
Ian.P.Sherry@nasa.gov
(Ian.P.Sherry@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Goddard Space Flight Center has a requirement for the installation and testing of NASA GSFC's Lidar, Hyperspectral and Thermal (G-LiHT) airborne imager on an aircraft meeting the specifications below, aircraft ferrying, and approximately 100 hours of science flights for a 30-day campaign in Puerto Rico and Florida Everglades. Minimum Requirements/Specifications: 1)A twin engine platform with up to 4000 lb. payload and 1000 nm range is required for a non-stop, open water transit from Florida to Puerto Rico. 2)A large (23 x 25 inch), nadir-looking camera port is required to accommodate the field of view of G-LiHT's instruments. 3)A custom mount on top of the aircraft is required for the GPS antenna and cosine diffusor that is used to measure downwelling solar irradiance spectra. 4)Aircraft provides up to 800 W of auxiliary power to power G-LiHT instruments and data acquisition system. 5)Integration hardware, test flights, and airworthiness and safety approvals will be completed for use of G-LiHT on this aircraft. 6)Provider must be FAA Part 135 Certified, as required by NASA Procedural Requirements for Aircraft Operations and Management (NPR 7900.3D). 7)Aircraft provider must maintain and operate multiple aircraft of this type as part of the campaign's risk reduction plan (i.e., avoiding scheduling conflicts and maintenance issues). 8)Provider must have prior experience flying remote sensing campaigns for NASA, including approval by NASA following an on-site inspection and flight readiness and safety review. 9)Pilots must have Class 1 medicals and experience with flight line following for remote sensing acquisitions. 10)Close proximity to NASA GSFC (<200 mi) is required so sensitive instruments to be hand carried and supervised by G-LiHT instrument scientists. 11)Aircraft provider must adhere to NASA Procedural Requirements for Aircraft Operations and Management (NPR 7900), and be inspected and approved by NASA's Flight Operations personnel, Flight Readiness Review Board and Center Director prior to flights with NASA instruments and employees. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The Government intends to award using FAR Part 13 and Subpart 13.5 - "Test Program For Certain Commercial Items." This notice is being issued as a Request for Quotations (RFQ). The provisions and clauses in the RFQ are those in effect through FAC 2005-85-1. Offerors are required to submit their quote via email to Ian Sherry, Ian.P.Sherry@nasa.gov All contractual and technical questions regarding this acquisition must be submitted in writing (e-mail) to Ian Sherry, Ian.P.Sherry@nasa.gov no later than 11:00AM EST on December 7, 2016. Telephone questions will not be accepted. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). This procurement is a total small business set aside. The NAICS Code and size standard for this procurement are 481112 and 1500 size standard respectively. The offeror shall state in their offer their size status for this procurement. Delivery to NASA Goddard Space Flight Center is required within 60 days ARO. Delivery shall be FOB Destination. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by 11:00AM EST on December 13, 2016 to NASA Goddard Space Flight Center, Attn: Ian Sherry, 8800 Greenbelt Road, Code 210.5, Bldg. 22, Room 132, Greenbelt MD 20771, 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 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), 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 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUN 2016), 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 (Oct 2015); 52.209-6 (Oct 2015); 52.219-28 (Jul 2013); 52.222-3 (June 2003); 52.222-19 (Feb 2016); 52.222-21 (Apr 2015); 52.222-26 (Apr 2015); 52.222-36 (Jul 2014); 52.222-50 (Mar 2015); 52.223-18 (Aug 2011); 52.225-3 (May 2014); 52.225-13 (Jun 2008); 52.232-33 (Jul 2013). The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to the lowest priced, technically acceptable offeror. 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. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 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. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b803175f71bf26568b8a5ee365325630)
 
Record
SN04341920-W 20161204/161202234325-b803175f71bf26568b8a5ee365325630 (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.