Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2012 FBO #3952
SOLICITATION NOTICE

70 -- MULTIFUNCTION I O BOARD CONFIGURED AND ACCESSORIES

Notice Date
9/17/2012
 
Notice Type
Presolicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND12450249Q
 
Response Due
9/21/2012
 
Archive Date
9/17/2013
 
Point of Contact
Rosalia Toberman, Contracting Officer, Phone 661-276-3931, Fax 661-276-2904, Email rosalia.toberman-1@nasa.gov - Gail Anton, Acquisition Support Contractor, Phone 661-276-5417, Fax 661-276-3374, Email gail.anton-1@nasa.gov
 
E-Mail Address
Rosalia Toberman
(rosalia.toberman-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/DFRC has a requirement for 6 each cPCI-6U Multifunctional I/O boards (2 each of P/N: 78C1-C2C2C2G1G1K20FH; 78C1-C2C3K2D1D1D10FH; and 78C1-G1F1D1D1K2K20FH).The identified items are spare replaceable units. NASA/DFRC intends to purchase the items directly from North American Industries, located in Bohemia, NY. Authority for the requirement is 10 USC 2304(c) (1) and FAR 6.302-1 (a) (2) Only one responsible source. Justification is based upon the following facts: 1.The applicable boards have already undergone both NASA functional and environmental testing to prove their durability, safety, and operation for utilization in the SOFIA aircraft platform (e.g. the applicable I/O boards meet all SOFIA airworthiness requirements). 2.The SOFIA aircraft mechanical, electrical, and software interfaces (e.g. current configuration) have all been designed to accommodate the specific interfaces on the Multifunctional I/O boards. A redesign of the current interfaces would be impractical as this would delay the program and require substantial additional non-recurring engineering (NRE) costs Based upon the above, utilization of any other supplier in-lieu of North American Industries for these components (e.g. spare LRUs) would likely result in: a) substantial duplication of cost to the Government that is not expected to be recovered through competition; and b) unacceptable delays in fulfilling the agencys requirements. These reasons justify procuring the required services exclusively from North American Industries. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on September 21, 2012.Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND12450249Q/listing.html)
 
Record
SN02886050-W 20120919/120918001347-22706e5f52732f81eceed0316ad0d5f4 (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.