Alabama Bids > Bid Detail

LunaNet Augmented Forward Signal Compatible Navigation Sensors

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159091102454805
Posted Date: Nov 30, 2023
Due Date: Jan 5, 2024
Source: https://sam.gov/opp/570427aa57...
Follow
LunaNet Augmented Forward Signal Compatible Navigation Sensors
Active
Contract Opportunity
Notice ID
80MSFC24Q0001
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA MARSHALL SPACE FLIGHT CENTER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 30, 2023 03:09 pm CST
  • Original Date Offers Due: Jan 05, 2024 04:30 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5825 - RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Huntsville , AL
    USA
Description

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 80MSFC24Q0001 for the procurement of a quantity of two (2) navigation sensors that are compatible with the LunaNet Augmented Forward Signal (AFS) definition of a radio frequency-based navigation reference signal 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 2024-01. 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 Huntsville, 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 4:30 p.m. CST on January 5, 2024 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. Offerors are encouraged to use the Standard Form, Solicitation/Contract/Order for Commercial Products and Commercial Services.

To be considered for award, Offerors must submit the following in response to the RFQ:

1. Standard Form (SF) 1449 - Solicitation/Contract/Order for Commercial Products and Commercial Services.



2. Product specifications which detail the following:



a. Capability of hardware implementation in relation to the Statement of Work.



b. Proposed implementation (or existing features) that match transmission and reception capabilities as specified in the Statement of Work.



c. Identification of use of common components (such as FPGA) with an existing or in-development flight platform, including description of how the proposed implementation could be leveraged into said platform.



3. 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, (SEP 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, (NOV 2023) 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, (NOV 2023) is applicable.

FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, (NOV 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, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (OCT 2020)

FAR 52.219-1 Small Business Program Representations (SEP 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 to Kimberly Lanier Lawrence at kimberly.m.lanier-lawrence@nasa.gov no later than 4:30 p.m. CST on December 20, 2023. Telephone questions will not be accepted.

Offers to this combined synopsis/solicitation must be received via email no later than 4:30 p.m. CST on January 5, 2024 and must be pdf format.

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 (SEP 2023).


Attachments/Links
Contact Information
Contracting Office Address
  • HUNTSVILLE AL 35812
  • HUNTSVILLE , AL 35812
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 30, 2023 03:09 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >