Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2023 SAM #7985
SOLICITATION NOTICE

58 -- LunaNet Augmented Forward Signal Compatible Navigation Radios - 1 EA Transmitter and 1 EA Receiver

Notice Date
10/6/2023 11:10:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
 
ZIP Code
35812
 
Solicitation Number
80MSFC23Q0007
 
Response Due
9/19/2023 10:30:00 AM
 
Archive Date
10/06/2023
 
Point of Contact
Kimberly Lanier Lawrence, Phone: 256-544-2853, Jennifer Chrissis, Phone: 256-544-0554
 
E-Mail Address
kimberly.m.lanier-lawrence@nasa.gov, jennifer.l.chrissis@nasa.gov
(kimberly.m.lanier-lawrence@nasa.gov, jennifer.l.chrissis@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*** Cancellation Notice (10/06/2023):�Due to budgetary constraints, it is in the Government's best interest to cancel this�solicitation with no award at this time. The Government is reassessing its requirements and plans to resolicit for this effort in the immediate future. **** ****Amendment 1 - The Due Date and Time for Submission of Quotations has been extended to 19 September 2023 at 12:30PM CDT - No other changes to the combined synopsis/solicitation have been made**** This notice is a combined synopsis/solicitation for commercial products or commercial services 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 Quotation (RFQ) under solicitation number 80MSFC23Q0007 for the procurement of a quantity of two (2) navigation radios, one transmitter and one receiver, that are compatible with the LunaNet Augmented Forward Signal definition as outlined in the attached document: Attachment B � CLIN Structure. Specifications for this procurement are defined in the attached document: Attachment A � Statement of Work. The provisions and clauses in the RFQ are those in effect through FAC 2023-04. This acquisition is a total small business set aside. The NAICS Code and Size Standard are 334220 and 1250, 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. Delivery to NASA/MSFC, Central Shipping and Receiving, Building 4631, Saturn Rd Hunsvillle, AL 35812 is required within 365 days (1 year) after acceptance of order. Delivery shall be Free on Board (FOB) Destination. The Government anticipates award of a Firm-Fixed Price purchase order. Offers for the items described above are due by 12:30 p.m. CST on September 19, 2023 to Kimberly Lanier Lawrence at kimberly.m.lanier-lawrence@nasa.gov 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. To be considered for award, Offerors must submit the following in response to the RFQ: Product specifications which detail the following: Capability of hardware implementation in relation to the Statement of Work. Proposed implementation (or existing features) that match transmission and reception capabilities as specified in the Statement of Work. Description of path to flight and/or heritage of hardware platform being proposed. A Firm-Fixed Price quotation for all the requirements of the attached documents. The Government will evaluate the price for reasonableness. 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 Products and Commercial Services, (MAR 2023) and its applicable Addendum as reflected in the Solicitation. 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 52.212-2, Evaluation � Commercial Products and Commercial Services (NOV 2021). The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer, conforming to the solicitation, will be the 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: 1) Technical Capability and 2) Price. Technically acceptable means that the products meet the minimum technical requirements provided in the Statement of Work. Price will be evaluated for all Offerors whose quotations are determined to be technically acceptable. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. An award, if any, will be made to the responsible offeror who submits a quotation that (1) conforms to the requirements of the synopsis/solicitation; (2) that receives a rating of �Acceptable� on the Technical Capability evaluation factor and complies with the minimum requirements as stated in the SOW, as evidenced by providing a complete description of the equipment to be provided; and (3) that submits the quotation with the lowest price technically acceptable (LPTA), provided that the LPTA is determined to be fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of quotations received and (2) whether quoted prices are determined to be fair and reasonable. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services, (DEC 2022) Alt I (OCT 2014) as found in the Solicitation, or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, (DEC 2022) is applicable. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, (JUN 2023) is applicable. Offerors are also required to complete the following applicable FAR Provisions: FAR 52.204-20, Predecessor of Offeror (AUG 2020) FAR 52.204-24, Telecommunications and Video Surveillance Assertions (NOV 2021) FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (OCT 2020) FAR 52.219-1 Small Business Program Representations (MAR 2023) Alternate I, (SEP 2015) NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate- Listing.pdf This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential Offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). All contractual and technical questions must be submitted electronically via email to Kimberly Lanier Lawrence at kimberly.m.lanier-lawrence@nasa.gov no later than 4:30 p.m. CDT on September 7, 2023. Telephone questions will not be accepted. Offers to this combined synopsis/solicitation must be received via email no later than 12:30 p.m. CDT on September 19, 2023. 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 offer by the due date and time specified for this RFQ shall result in the offer being considered late, and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors -- Commercial Products and Commercial Services (MAR 2023).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/89d756f4529942d6a303b4158df8c4b0/view)
 
Place of Performance
Address: Huntsville, AL 35812, USA
Zip Code: 35812
Country: USA
 
Record
SN06855332-F 20231008/231006230049 (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.