Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2006 FBO #1556
SOLICITATION NOTICE

D -- SOFTWARE DEFINED RADIO REFERENCE IMPLEMENTATION DEVELOPMENT PLATFORM

Notice Date
2/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06ZRCO24R
 
Archive Date
2/27/2007
 
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. This notice is being issued as a Requests for Proposals (RFP) for Quantity One (1) of a Software Defined Radio Reference Implementation Development Platform per the attached document. The provisions and clauses in the RFP are those in effect through FAC 2005-05. The NAICS Code and the small business size standard for this procurement are 334515 and 500 employees respectively. The Offeror shall state in the offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center (GRC); 21000 Brookpark Road; Building 21 Shipping & Receiving; Cleveland, OH 44135 is required within thirty (30) days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by COB Tuesday, March 21st, 2006 to NASA Glenn Research Center; 21000 Brookpark Road; Attn: Daniel Rodriguez M.S.: 500-305; Cleveland, OH 44135 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 Offers may also be submitted via e-mail to Daniel.Rodriguez-1@nasa.gov . Offerors are responsible for ensuring that their respective proposals and e-mails are received. Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.204-7 Central Contractor Registration, 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.227-14 Rights In Data- General, 52.247-34 FOB Destination, 1852.204-76 Security Requirements for Unclassified Information Technology Resources, 1852.215-84 Ombudsman, 1852.219-76 NASA 8 Percent Goal, 1852.223-72 Safety and Health, 1852.225-70 Export Licenses, and 1852.227-86 Commercial Computer Software- Licensing. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-1 Buy American Act- Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.225-15 Sanctioned European Union Country End Products, 52.232-29 Terms for Financing of Purchases of Commercial Items, 52.232-34 Payment by Electronic Funds Transfer- Other than Central Contractor Registration, 52.239-1 Privacy or Security Safeguards, 52.222-41 Service Contract Act of 1965, as Amended, 52.222-42 Statement of Equivalent Rates for Federal Hires, and 52.222-44 Fair Labor Standards Act and Service Contract Act- Price Adjustment The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm (Please note: Offerors must also include all information required by the attached document.) All contractual and technical questions must be in writing (e-mail) to Daniel.Rodriguez-1@nasa.gov with a CC to Karin.E.Huth@nasa.gov no later than COB Friday, March 10th, 2006. Telephone questions will not be accepted. Selection and award will be made to that Offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Delivery Time and the Best Value evaluation factors listed in the attached document shall also be considered. It is critical that Offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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=22 . 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
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#119184)
 
Record
SN00995724-W 20060301/060227212808 (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.