Search Contract Opportunities

LunaNet Augmented Forward Signal Compatible Navigation Sensors

ID: 80MSFC24Q0001 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Dec. 21, 2023, 10:01 a.m. EST

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.

**Questions and Answers posted on December 21, 2023**
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).

Posted: Nov. 30, 2023, 4:09 p.m. EST
Background
This notice 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; offers are being requested and a written solicitation will not be issued. The acquisition is a total small business set aside.

Work Details
To support ground testing of future surface navigation networks, NASA requires a pair of navigation sensors that are compatible with LunaNet Augmented Forward Signal (AFS) definition of a radio frequency-based navigation reference signal. The contractor shall provide two hardware elements that can be used for testing of transmission and reception of implemented navigation signal. The signal shall utilize Global Positioning System (GPS) L1 C/A Code as defined in GPS-ICD-200 Section 3.2.1.3; vendor shall define Pseudo-Random Noise (PRN) Code used; it is preferred to use unallocated PRN values.

Period of Performance
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.

Place of Performance
Delivery Location: NASA/MSFC, Central Shipping and Receiving Building, 4631 Saturn Rd, Huntsville, AL 35812. Delivery is FOB Destination.

Overview

Response Deadline
Jan. 5, 2024, 5:30 p.m. EST Past Due
Posted
Nov. 30, 2023, 4:09 p.m. EST (updated: Dec. 21, 2023, 10:01 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Huntsville, AL United States
Source

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Signs of Shaping
100% of obligations for similar contracts within the Marshall Space Flight Center were awarded full & open.
On 11/30/23 Marshall Space Flight Center issued Synopsis Solicitation 80MSFC24Q0001 for LunaNet Augmented Forward Signal Compatible Navigation Sensors due 1/5/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334220 (SBA Size Standard 1250 Employees) and PSC 5825.
Primary Contact
Name
Kimberly Lanier Lawrence   Profile
Phone
(256) 544-2853

Secondary Contact

Name
Jennifer Chrissis   Profile
Phone
(256) 544-0554

Documents

Posted documents for Synopsis Solicitation 80MSFC24Q0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Synopsis Solicitation 80MSFC24Q0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 80MSFC24Q0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 80MSFC24Q0001

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA MARSHALL SPACE FLIGHT CENTER
FPDS Organization Code
8000-MSFC0
Source Organization Code
100170446
Last Updated
Jan. 20, 2024
Last Updated By
jennifer.l.chrissis@nasa.gov
Archive Date
Jan. 20, 2024