TE Connectivity/Measurement Specialties Incorporated Optimus systems multi-channel rack mountable electronically scanned pressure measurement/acquisition system
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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)
- Original Published Date: Sep 19, 2022 07:46 pm CDT
- Original Date Offers Due: Sep 26, 2022 12:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 11, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7H20 - IT AND TELECOM - PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 334519 - Other Measuring and Controlling Device Manufacturing
- Place of Performance: Cleveland , OH 44135USA
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 80TECH22Q0040 for a multi-channel rack mountable electronically scanned pressure measurement/acquisition system with built in intelligent pressure scanners and mini module pressure scanners. Components are to be fully compatible with existing TE Connectivity/Measurement Specialties Incorporated Optimus systems.
The provisions and clauses in the RFQ are those in effect through FAC 2022-07. The NAICS Code and Size Standard are 334519 and 500 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.
Delivery is to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135. Delivery shall be free on board (FOB) Destination.
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, (NOV 2021) which is incorporated by reference.
FAR 52.212-2, Evaluation -- Commercial Items, (NOV 2021). 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: (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 lowestpriced
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.
All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (MAY 2022) or complete electronic annual representations and certifications at SAM.gov with its offer.
FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (NOV 2021) is applicable.
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (MAY 2022) is applicable.
The applicable provisions and clauses that apply to this acquisition are included in the attached solicitation document.
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.
All contractual and technical questions must be submitted electronically via email to Sara Stuart at Sara.Stuart@nasa.gov with a cc: to Nikkole Stites at Nikkole.A.Stites@nasa.gov. Telephone questions will not be accepted.
Responses to this combined synopsis/solicitation must be received via email no later than 12:00PM Central on September 26, 2022.
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 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 (JAN 2017).
Attachments/Links
Contact Information
Contracting Office Address
- 8800 Greenbelt Road
- Greenbelt , MD 20771
- USA
Primary Point of Contact
- Sara Stuart
- sara.stuart@nasa.gov
Secondary Point of Contact
- Nikkole Stites
- nikkole.a.stites@nasa.gov
History
- Oct 14, 2022 10:56 pm CDTCombined Synopsis/Solicitation (Updated)
- Sep 19, 2022 07:46 pm CDTCombined Synopsis/Solicitation (Original)