Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2022 SAM #7581
SOLICITATION NOTICE

A -- Real-Time Innovations (RTI) Engineering Services

Notice Date
8/31/2022 2:05:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA IT PROCUREMENT OFFICE Greenbelt MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80TECH22Q0028
 
Response Due
9/1/2022 2:00:00 PM
 
Archive Date
09/15/2022
 
Point of Contact
Learon Comeaux, Wayne Plummer
 
E-Mail Address
learon.j.comeaux@nasa.gov, wayne.s.plummer@nasa.gov
(learon.j.comeaux@nasa.gov, wayne.s.plummer@nasa.gov)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 80TECH22Q0028 is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-05. The associated NAICS code is 541511 (Custom Computer Programming Services). A small business subcontracting plan is required for this acquisition, in accordance with FAR 19. Please submit a suggested percentage of the work that could be subcontracted to each of the following types of businesses: Small Business Concerns; Small Disadvantaged Business (SDB) Concerns; Woman-Owned Small Business (WOSB) Concerns; and Service Disabled Veteran-Owned Business Concerns. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.� This acquisition is for the following Contract Line-Item Number (CLIN) identified below: CLIN 0001 Engineering Services. Specifications: See attached Attachment A: Statement of Work document. The National Aeronautics and Space Administration (NASA) Kennedy Space Center has a requirement for Real-Time Innovations� s (RTI) commercial support and training products in support of the Launch Control System project at Kennedy Space Center, FL facility. The professional services shall include the following: - Project Manager - System Architect/Design Engineer Lead - Principal Engineer/Design Engineer - Design Engineer/Staff Engineer The Design Engineer Lead should be a subject matter expert on the Launch Control System (LCS) usage of the RTI products and LCS software architecture. Quoters responding to this announcement shall submit their quote in accordance with Enclosure 2: FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price. All responses shall be submitted electronically to wayne.s.plummer@nasa.gov and cc: learon.j.comeaux@nasa.gov . The basis for the award is the lowest price technically acceptable (LPTA). LPTA means the best value is expected to result from the selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are (1) Technical Specifications and (2) Price. The lowest-priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified and the earliest delivery date. If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability. This will continue until the lowest-priced quote is determined technically acceptable. Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed, and the award will be made. The Offeror shall comply with FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services Found in Enclosure 2. The Offeror shall comply with FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services found in Enclosure 1. The Offeror shall comply with FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services found in Enclosure 1. The applicable provisions and clauses that apply to this acquisition are included in the attached solicitation document. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically via the Invoice Processing Platform (IPP). Quotes must be received no later than 5:00 PM Eastern Daylight Time on September 01, 2022. Questions regarding this combined synopsis/solicitation are due no later than 1:00 PM Eastern Daylight Time on September 01, 2022. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28d7aa9fd13f4333b8f7eac76e09fc33/view)
 
Place of Performance
Address: FL 32899-0001, USA
Zip Code: 32899-0001
Country: USA
 
Record
SN06448060-F 20220902/220831230131 (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 |
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.