Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOURCES SOUGHT

99 -- Plankton, Aerosols, Clouds, and ocean Ecosystem (PACE) and Wide Field Infrared Survey Telescope (WFIRST), S-band Transponders - Requirements Documentation

Notice Date
11/13/2017
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
80GSFC18R00009
 
Point of Contact
Colin Bornmann, Phone: 3012867673
 
E-Mail Address
colin.r.bornmann@nasa.gov
(colin.r.bornmann@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Specification Document (SPEC) DRAFT Deliverable Items List and Schedule (DILS) DRAFT Statement of Work (SOW) The National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for an anticipated Firm Fixed Price (FFP) contract on four (4) flight-qualified S-band transponders, with the option to procure up to three additional flight units, with the requirements listed below and in the attached documents. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. Please see the attached Statement of Work (SOW), Deliverable Items List and Schedule (DILS) and Performance Specification (SPEC) documents for further information. The North American Industry Classification System (NAICS) code for this procurement is 334220 (Space satellites, communications, manufacturing) with a size standard of 1250 employees. Estimated award date for this contract is August 2018. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Further, NASA/GSFC requests basic cost information for the requirements. Specifically, provide a cost estimate for four (4) S-band transponders and separate cost for the option to procure up to three (3) additional units within 12 months after award. In addition, provide a schedule for the delivery of (4) four S-band transponders. Provide a seperate schedule for the optional three (3) units, assuming the option is exercised within the first year of the contract. If applicable, please include any specifications sheets and basic design information for any available proprietary transponder that may meet the specifications contained herein. Responses are requested to identify any unduly restrictive requirements or potential areas of non-compliance in the SPEC document. This includes both unreasonable technical specifications and significant cost obstacles. Where there is non-compliance, please state if the SPEC is considered unnecessarily stringent or if a Non Recurrent Effort (NRE) could be pursued to achieve compliance on that particular requirement (and associated cost). Comments and suggestions for improving the requirements documents are always encouraged and solicited. Technical questions should be directed to: Michael K. Powers RF Communications Subsystem Lead Engineer NASA/Goddard Space Flight Center 8800 Greenbelt Road Greenbelt, MD 20771 Phone: (301) 286-4820 E-mail: michael.k.powers@nasa.gov Procurement related questions should be directed to: Colin Bornmann Contract Specialist NASA/Goddard Space Flight Center 8800 Greenbelt Road Greenbelt, MD 20771 Phone: (301) 286-7673 E-mail: colin.r.bornmann@nasa.gov The requirement is considered a commercial item. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted to Colin Bornmann via electronic mail (in either Microsoft Word or ADOBE PDF format) to the e-mail address above no later than 4:00 PM EST on December 15, 2017. Please reference 80GSFC18R00009 in any response. Attachments: 1.Statement of Work (SOW) 2.Deliverable Items List and Schedule (DILS) 3.Performance Specification (SPEC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e88a6fd44a530054a43a5fef7a90ed41)
 
Record
SN04738419-W 20171115/171113231007-e88a6fd44a530054a43a5fef7a90ed41 (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.