MODIFICATION
16 -- Lunar Rover Navigation Cameras
- Notice Date
- 11/2/2020 2:29:31 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
- ZIP Code
- 77058
- Solicitation Number
- 80JSC021Q0001
- Response Due
- 11/16/2020 2:00:00 PM
- Archive Date
- 12/01/2020
- Point of Contact
- Cynthia M. Uribe, Jeffrey L. Finley
- E-Mail Address
-
cynthia.uribe@nasa.gov, jeffrey.l.finley@nasa.gov
(cynthia.uribe@nasa.gov, jeffrey.l.finley@nasa.gov)
- 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 Request for Quotations (RFQ) under solicitation number 80JSC021Q0001 for the design, development, fabrication, qualification, and delivery of a low mass, low power, high performance Visible Imaging Subsytem (VIS) units comprised of Navigation Cameras (Navcams), Hazard Cameras (Hazcams), and Camera Controller hardware, with documentation and support, that meets the requirements for the VIPER mission as defined in the Statement of Work (SOW) and the VIPER VIS Performance Specification. The provisions and clauses in the RFQ are those in effect through FAC 2020-09. The NAICS Code and Size Standard are 334511 and 1,250 employees, respectively.� The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items described above are due by 18 months after receipt of order to Johnson Space Center (refer to SF1449) 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:https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (June 2020) which is incorporated by reference.� Addenda to FAR 52.212-1 are as follows: **Note: You must complete the OBTAINING ACCESS TO EXPORT CONTROLLED CONTENT document in order to gain access to controlled documents for this posting. Offeror�s shall submit a Task Plan for the Statement of Work (SOW). The Task Plan shall provide a Technical Approach containing schedule, processes, techniques, and resources proposed to complete the SOW requirements in sufficient detail to demonstrate offeror�s understanding of the requirements, ability and likelihood of meeting or exceeding the requirements; The Offeror shall submit a matrix listing each section in the SOW and the accompanying Performance Specification reflecting either compliance or non-compliance. For compliance, the Offeror shall reference to the section of its proposal showing that its solution satisfies the requirement. Areas of non-compliance shall be addressed by explaining why the proposed solution will remain non-compliant. The Offeror may propose its preferred general acceptance testing procedures to address the VIS SOW and Performance Specification verification requirements. The assessment of proposals will consider whether proposed alternative testing procedures are adequate for verification of VIS SOW and Performance Specification requirements. If the proposed solution complies with all SOW requirements, the Contractor may provide an abbreviated SOW compliance matrix referencing the sections of the proposal showing how requirements in the following top-level SOW sections are satisfied: Management, Reporting, Documentation, and Reviews Engineering Field Programmable Gate Array (FPGA) Engineering (if applicable) Software Engineering (if applicable) Hardware Manufacture Quality Assurance The Offeror shall submit a Small Business Subcontracting plan with its offer in accordance with the requirements specified in FAR clause 52.219-9.� A Subcontracting plan does not need to be submitted if the offeror is classified as a Small Business Concern in accordance with the definition in FAR 19.001.� The Subcontracting plan must include the approach that the Contractor intends to use in meeting the Subcontracting goals.� Subcontractors who are identified as part of this proposal should be listed. For each subcontractor, the percentage of the proposal and any small or small business subcategory classification should be identified.� Describe the management approach to Subcontracting with small, small disadvantaged businesses, Women-owned small businesses (WOSB), Historically Underutilized Business Zone (HUBZone), Veteran Owned Small Businesses (VOSB), Service Disabled Veteran Owned Small Businesses, and Historically Black Universities, (HBCU) and Minority Serving Institutions (MSIs). Contractor format is acceptable for the subcontracting plan and reporting shall be in compliance with FAR 52.219-9 and NFS 1852.219-75.� The Subcontracting plan shall be negotiated prior to award and will be included in and made a part of the resultant contract.� Failure to submit and negotiate the Subcontracting plan shall make the Offeror ineligible for award of a contract. Offerors shall submit other than certified cost or price data. Examples of other than certified cost or price data include, but are not limited to: labor cost, labor hours, process cost, tooling cost, material cost, data deliverable cost, etc. If the end products 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 52.212-2, Evaluation -- Commercial Items, (OCT 2014). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are in descending order of importance and shall be used to evaluate offers: Technical Approach Past Performance � recent (period of performance within 5 years of the solicitation), relevant and performance Price All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (OCT 2020) Alt I (OCT 2014) or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (OCT 2018) is applicable.� FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (October 2020) is applicable and the following identified clauses are incorporated by reference:� 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-8, 52.219-9, Alt II, 52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, and 52.239-1. Please refer to the attached terms and conditions for contract requirements.� 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� This posting, in addition to any attached documents, will be available on www.beta.sam.gov. �Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).������ Prospective offerors are encouraged to notify this office of their intent to submit an offer.� All contractual and technical questions must be submitted electronically via email to Cynthia Uribe at cynthia.uribe@nasa.gov and Jeff Finley at jeffrey.l.finley@nasa.gov not later than November 9, 2020 by 1:00 PM Central Time.� Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email no later than 4:00 PM Central Time on November 16, 2020.���� The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFQ shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors - Commercial Items (June 2020).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/20759de4ef0f4c4d8120cb71ef4b78dc/view)
- Record
- SN05843370-F 20201104/201102230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |