NASA/Goddard Space Flight Center is responsible for developing the silicon strip charge- and trajectory measuring detector system for TIGERISS (Trans-Iron Galactic Element Recorder on the International Space Station), which is a funded NASA Pioneers mission to be placed on the International Space Station. TIGERISS, currently in Phase B, will require 400 silicon strip detectors (SSDs) for the instrument and the schedule requires the use of multiple vendors to accomplish the build. Hamamatsu is one of the few manufacturers of SSDs in the world and is a potential supplier of flight SSDs for TIGERISS. In order to determine the performance of the SSDs, the procurement of twenty single-sided, DC coupled 9.8 cm x 9.8cm x 500 um proto-flight silicon strip detectors is required.
The contractor shall perform the following duties:
NASA/Goddard Space Flight Center
Period of Performance
Fabrication should begin as soon as possible.
Terms and Conditions
The terms and conditions applicable to the RFQ are included in section 4.
INVOICES SHALL BE SUBMITTED TO:
NASA Shared Services Center (NSSC)
Financial Management Division (FMD)
Accounts Payable
Building 1111, Jerry Hlass Road
Stennis Space Center, MS 39529
SECTION 2
SOLICITATION PROVISIONS/QUOTE INSTRUCTIONS
☒52.212-1 Instructions to Offerors – Commercial Items (Oct 2015)
Addendum to 52.212-1
In addition to the information required to be submitted with the offer by FAR clause 52.212-1(b), the following information shall also be submitted with the quote:
The NAICS Code and the small business size standard for this procurement is 334516.
The offeror shall state their size status for this procurement in their quote.
All responsible sources may submit an offer which shall be considered by the agency.
However, any award from this RFQ shall require the potential vendor to be certified within the System For Award Management System (SAM) and completion of Reps and Certs in the SAM system prior to award at www.sam.gov.
Offers for the items described above are due by Wednesday, June 5, 2024 by 4:00 P.M. EST to Kathi Thomas at [email protected] and must include, solicitation number, FOB destination to this Center, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative.
If the end product offered is other than a domestic end product as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.
All contractual and technical questions must be in writing (e-mail) Kathi Thomas) at [email protected] no later than Tuesday, June 4, 2024 by 4:00 P.M. EST. Telephone questions shall not be accepted. Any technical questions will be answered on a one-on-one basis.
NASA Clause 1852.215-84(NOV 2011), Ombudsman, is applicable. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa .gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 .
Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
Primary POC
Kathi Thomas
Purchasing Agent
Secondary POC
Tiffany Neal
Supervisory Contracting Officer
tiffany.neal@nasa,gov