Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2018 FBO #6224
SOLICITATION NOTICE

66 -- (Two) Pressure Transducer Flight Units for the PACE spacecraft

Notice Date
12/6/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA Shared Services Center (NSSC), Building 1111, Jerry Hlass Road Stennis Space Center MS 39529
 
ZIP Code
39529
 
Solicitation Number
80NSSC19683660Q
 
Response Due
12/11/2018
 
Point of Contact
Kathi Thomas, Purchaseing Agent, Phone 3012867349, - Tiffany Neal, Contracting Office, Phone 301.286.9847
 
E-Mail Address
katheryn.a.thomas@nasa.gov, tiffany.neal@nasa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/GSFC has a requirement for two (2) Pressure Transducer Flight Units for the Plankton, Aerosol, Cloud, ocean Ecosystem (PACE) spacecraft. PACE will extend the high quality ocean ecological, ocean biogeochemical, cloud, and aerosol particle data records begun by NASA in the 1990s, building on the heritage of the Sea-Viewing Wide Field-of-View Sensor (SeaWiFS), the Moderate Resolution Imaging Spectroradiometer (MODIS), the Multi-angle Imaging SpectroRadiometer (MISR), and the Visible Infrared Imaging Radiometer Suite (VIIRS). The PACE satellite is planned for a launch in 2022-2023. The PACE project office at the NASA Goddard Space Flight Center (GSFC) is responsible for the satellite development, launch and operations. The mission is planned for launch into a Sun synchronous polar orbit at 676.5 km with an inclination of 98° and a 1 pm local ascending node crossing time. The spacecraft bus will host the OCI, HARP2, and SPEXOne instruments. The GSFC PACE Project office will oversee the mission and the development of the satellite, launch vehicle, mission operations control center, and operations. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is a combined synopsis/solicitation 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 Request for Quotations (RFQ). The provisions and clauses in the RFQ are those in effect through FAC 2005-85-1. Offerors are required to submit their quote via email to Kathi Thomas at katheryn.a.thomas@nasa.gov All contractual and technical questions regarding this acquisition must be submitted in writing (e-mail) to Kathi Thomas at katheryn.a.thomas@nasa.gov no later than 12:00 PM EST on December 08, 2018. Telephone questions will not be accepted. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). The NAICS Code and size standard for this procurement are 336413 respectively. The offeror shall state in their offer their size status for this procurement. Delivery to NASA Goddard Space Flight Center is required within 120 days ARO. Delivery shall be FOB Destination. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by 12:00 PM EST on December 11, 2018 to NASA Goddard Space Flight Center, Attn: Kathi Thomas, 8800 Greenbelt Road, Bldg 25, Room N020, Greenbelt MD 20771, 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 Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10 (Oct 2015); 52.209-6 (Oct 2015); 52.219-28 (Jul 2013); 52.222-3 (June 2003); 52.222-19 (Jan 2016); 52.222-21 (Apr 2015); 52.222-26 (Apr 2015); 52.222-36 (Jul 2014); 52.222-50 (Mar 2015); 52.223-18 (Aug 2011); 52.225-3 (May 2014); 52.225-13 (Jun 2008); 52.232-33 (Jul 2013). The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/f1a9a1ea88b620ae1b97a78bff99913c)
 
Place of Performance
Address: 8800 Greenbelt Road Greenbelt, MD
Zip Code: 20771
Country: US
 
Record
SN05168288-F 20181208/181207065902 (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.