Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2010 FBO #2993
SOLICITATION NOTICE

17 -- RECOVERY EXTERNALLY MOUNTED POD ON GULFSTREAM G-111 TO HOUSE A SYNTHETICAPERTURE RADAR AND SUPPORTING HARDWARE

Notice Date
2/1/2010
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND10328178R
 
Response Due
2/16/2010
 
Archive Date
2/1/2011
 
Point of Contact
Sally L Saunders, Contracting Officer, Phone 661-276-6244, Fax 661-276-2904, Email sarah.l.saunders@nasa.gov - Rosalia Toberman, Contracting Officer, Phone 661-276-3931, Fax 661-276-2904, Email rosalia.toberman-1@nasa.gov
 
E-Mail Address
Sally L Saunders
(sarah.l.saunders@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/DFRC plans to issue a Request for Proposal (RFP)] for build a third UnmannedAerial Vehicle Synthetic Aperture Radar (UAVSAR) pod. This pod shall house JetPropulsion Laboratory (JPL) Synthetic Aperture Radar (SAR). This includes the pod body,radom, nosecone and tailcone sections.Airworthiness Standards--Transport CategoryAirplanes should be used as guidance for the Pod fabrication unless otherwise requiredby/or negotiated with Dryden Flight Research Center. American Recovery and Reinvestment Act Requirements: THIS PROCUREMENT IS SUBJECT TO THEAMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 REQUIREMENTS. The expenditure of AmericanRecovery and Reinvestment Act (ARRA) funds requires that the project have a level ofaccountability, visibility and transparency that instills confidence in the Americanpublic that the funds are being expended efficiently and with the intent of the Act. Tothat end, the Federal Acquisition Regulations have been amended with language specific tothe expenditure these funds. Specifically the following FAR Clauses shall apply to thisacquisition: 52.203-15 Whistleblower Protections Under American Recovery and ReinvestmentAct of 2009, 52.204-11 American Recovery and Reinvestment Act Reporting Requirements and52.215-2 Audit and Records Negotiation. Special attention should be given to thereporting requirements of the ARRA, pursuant to the clause at Federal AcquisitionRegulation (FAR) 52.204-11, American Recovery and Reinvestment ActReporting Requirements(MAR 2009), and the need to propose costs associated with those requirements. Inaddition, the following special invoicing instructions are provided:Special Invoicing Instructions for Contracts Containing Recovery Act FundsIn addition to the requirements set forth in any payment and invoicing clauses containedwithin the contract, the following special requirements apply to those contracts withwork authorized under the American Recovery and Reinvestment Act (ARRA) of 2009 (hereinafter referred to as the Recovery Act). - All requests for payment for work performed subject to the Recovery Actshall be submitted separately from requests for payment for any other work performedunder the contract. - All requests for payment for work on contracts, funded in whole or inpart, with Recovery Act funds, shall identify the applicable Contract Line Item Number(s)(CLINs) associated with the supplies or services being invoiced. - All invoices/vouchers shall be submitted via e-mail with no more than oneinvoice/voucher per e-mail submission.Invoices shall be submitted toNSSC-AccountsPayable@nasa.gov. - The NASA Shared Services Center is the Designated Billing Office forRecovery Act invoices for this acquisition. The Government does not intend to acquire a commercial item using FAR Part 12.See Note26.The NAICS Code and Size Standard are 334511 and 750 employees, respectively. All responsible sources may submit an offer which shall be considered by the agency.The anticipated release date of the RFP is on or about February 23, 2010 with ananticipated offer due date of on or about March 25, 2010.An ombudsman has been appointed -- See NASA Specific Note "B".The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/DFRCBusiness Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=24 Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). Any referencednotes may be viewed at the following URLs linked below. All contractual technical questions must be submitted in writing via e-mail only. Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND10328178R/listing.html)
 
Record
SN02054707-W 20100203/100201235115-32ad910f2523987e68d06f6c2faa3fae (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.