SOLICITATION NOTICE
36 -- TELEMETRY DATA PROCESSORS
- Notice Date
- 6/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK11LA82Q
- Response Due
- 6/10/2011
- Archive Date
- 6/1/2012
- Point of Contact
- Jennifer L Dorsey, Contract Specialist, Phone 321-867-0337, Fax 321-867-4884, Email jennifer.l.dorsey@nasa.gov - Gina E Hudak, Contract Specialist, Phone 321-867-1274, Fax 321-867-4848, Email gina.e.hudak@nasa.gov
- E-Mail Address
-
Jennifer L Dorsey
(jennifer.l.dorsey@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued.The Kennedy Space Center (KSC) has a requirement for (12) Telemetry Data Processors(TDPs). The TDPs will be used to provide telemetry data acquisition and processing forNASAs Launch Services Program (LSP) test and launch operations on LSP facilities at CapeCanaveral, FL and Vandenberg Air Force Base (VAFB). This notice is being issued as aRequest for Quotation for the following:Item Description:Quantity:1.Telemetry Data ProcessorGDP Space Systems Model 235012The following are minimal requirements for the Telemetry Data Processors to be procuredfor operations support at Cape Canaveral and VAFB.Dual Channel PCM ModuleoTTL/RS-422 Data & ClockoAuto Rate TrackingoUp to 35MbpsoData Only Input, Bit SyncoFrame Sync and AlignmentTime Input/Output/Packet TaggingoIRIG-STD 200oNTPoIEEE-1588Etherneto10/100/1000 base-T (Standard)oSFP Fiber ModulesoUDP/TCP/IP Data ProtocolsoUnicast or MulticastoIRIG STD 218-07 CompatibleoIRIG STD 106 Ch 10 CompatibleVery Low Latency Less than 10ms at all data ratesIntegrated BERT for link testing and latency analysisSignal Activity IndicatorsIndependent Packetizer and De-PacketizerUser InterfaceoHTTP/Web BrowseroCommand Line & SNMPSingle Channel Video ModuleQuad Channel Voice ModuleQuad Channel Analog ModuleBest Source SelectionAES Encryption/DecryptionRedundant Power SupplyRack Mount PackageDelivery Schedule:Delivery date no later than July 15, 2011.Per FAR 52.212-4, Contract Terms and Conditions--Commercial Items - Government acceptanceis deemed to occur constructively on the 45th day after the Contractor delivers thesupplies or performs the services in accordance with the terms and conditions of thecontract.Offer InformationAll responsible sources may submit an offer which shall be considered by the agency.Interested organizations may submit their quotation and detailed capabilities andqualifications to perform this effort in writing to the identified point of contact nolater than 10:00am time on June 10, 2011. Such detailed capabilities and qualificationsmust demonstrate in writing the ability to meet this requirement and will be evaluatedsolely for the purpose of determining ability to meet requirement specifications. Offers for the items(s) described above are due by June 10, 2011, 10:00am (EST) toNASA-KSC, Attn: jennifer.l.dorsey@nasa.gov, OP-LS, KSC, FL 32899 orjennifer.l.dorsey@nasa.gov. Response via email is preferred.Offers must include solicitation number, FOB destination to KSC, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Oral communications are not acceptable in response to this notice. All responsiblesources may submit an offer which shall be considered by the agency. The Government intends to acquire a commercial item using FAR Part 12. An Ombudsman has been appointed. See NASA Specific Note 'B'. In accordance with FAR 19.502-1(2), this acquisition is set aside for small business. TheNAICS Codes and the small business size standard for this procurement are 334290,750 employees. The offeror shall state in their offer their size status for thisprocurement.The DPAS rating for this procurement is DO-C9.Evaluation Criteria:NASA/KSC intends to award this order to GDP Space Systems (GDP Space) as GDP Space isuniquely qualified to meet the Government's requirements.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, price and other factors considered. The following factors shall be usedto evaluate offers in order of descending importance:(i)Technical capability of the item offered to meet the Government requirement,including meeting the required delivery date of July 15, 2011(ii)Price(iii)Past PerformanceOfferors shall provide 3 references from contracts within thepast 3 years for the same or functionally similar products with similar periods ofperformance to this Telemetry Data Processor. Offerors may provide information concerningproblems encountered in the identified contracts as well as any corrective actions. If anofferor does not have relevant past performance, then the offeror will not be ratedfavorably or unfavorably on past performance. All evaluation factors other than price, when combined, are significantly more importantthan price. Provisions and Clauses The provisions and clauses in the RFQ are those in effect through FAC 2005-48.The required delivery date is July 15, 2011. It is critical that offerors provideadequate detail to allow for evaluation of their offer. (See FAR 52.212-1(b)). Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructionsto Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin (See FAR 52.225-1).FAR 52.212-4 (June 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Dec 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78)(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive Orders applicable to acquisitions of commercialitems: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010)(E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s.,proclamations, and statues administered by the Office of Foreign Assets Control of theDepartment of the Treasury). XX 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/far/The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmOfferors must be registered in the Central Contractor Registry (CCR) per FAR 4.11. Toregister, please visit the following URL: https://www.bpn.gov/ccr/default.aspx. Offerors must be registered in Online Representations and Certifications Application(ORCA) per FAR 52.204-8. To register, please visit the following URL:https://orca.bpn.gov/login.aspx. It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11LA82Q/listing.html)
- Record
- SN02461895-W 20110603/110601235221-623fabe58403dd78730d696bcc99d094 (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 |