Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2003 FBO #0502
SOLICITATION NOTICE

99 -- EXTRAVEHICULAR ACTIVITY (EVA) SYSTEMS CONTRACT

Notice Date
4/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
9-BH13-64-02-76P-a
 
Archive Date
4/14/2004
 
Point of Contact
Jessica M. Niebuhr, Contract Specialist, Phone (281) 483-3916, Fax (281) 244-5331, Email jessica.m.niebuhr@nasa.gov - James P. Gips, Contracting Officer, Phone (281) 244-7878, Fax (281) 483-6336, Email james.p.gips@nasa.gov
 
E-Mail Address
Email your questions to Jessica M. Niebuhr
(jessica.m.niebuhr@nasa.gov)
 
Description
NASA/JSC has a requirement for a procurement for comprehensive EVA Systems products and services. These products and services include: 1) definition and integration of EVA requirements within and across Space Shuttle flights and International Space Station (ISS) increments, 2) EVA hardware systems sustaining engineering, including provisioning of EMU and EVA tools and crew aids, anomaly analysis and resolution, and real time mission support, 3) implementation of the Assured EMU Availability (AEA) and Life Extension Program for extension of certified EMU Life Support System (LSS) component life to 2020, 4) flight-to-flight processing and outfitting of EVA flight hardware systems and EVA training hardware systems, and 5) new EVA hardware systems design and development, and advanced EVA hardware systems technology development. This contemplated effort includes the EVA portions of the following contracts: the EMU EVA contract (NAS 9-97150), the Space Flight Operations Contract - Flight Crew Equipment (SFOC-FCE) (NAS 9-20000), and the Science Engineering Analysis and Test (SEAT) contract (NAS 9-19100). NASA/JSC intends to acquire the Extravehicular Activity (EVA) Systems products and services from Hamilton Sundstrand Space Systems International, Inc (HSSSI), on a noncompetitive basis. In accordance with FAR 6.302-1(a)(2) entitled ?Only one responsible source and no other supplies or services will satisfy agency requirements?, HSSSI has been determined to be the only company that possesses the unique capabilities necessary to accomplish the integrated acquisition. The comprehensive EVA services and supplies to be included in this procurement have been deemed to be available only from the Extravehicular Mobility Unit (EMU) original source for the continued provision of highly specialized products and services. Award to any other source will result in a substantial duplication of cost to the Government that will not be recovered through competition. This synopsis supersedes all other postings for the requirements identified in this synopsis, inclusive of 9-BH13-64-02-76P and any modifications to that posting. During the next 4 to 5 years, when the agency must respond to the increased operational demands for EVA operations associated with ISS assembly and operations, coupled with decreasing budgets, NASA requires a comprehensive, integrated EVA Systems procurement that provides one NASA-to-contractor interface. A direct relationship with the EMU Original Equipment Manufacturer (OEM) is also required to preserve the essential accountability and responsiveness by the EMU OEM for certification of EVA systems flight readiness and real-time mission support. This comprehensive, integrated procurement, resulting in one NASA-to-contractor interface, will yield substantial cost savings and improved efficiencies. These savings and efficiencies will be achieved through the integration of EVA processes and facilities currently distributed across multiple contracts, and elimination of overlapping functions, workforces and skill mixes, contractor-to-contractor interfaces, and unproductive administrative and legal barriers. The original EVA EMU requirements were procured utilizing full and open competition and the resulting contract was awarded to HSSSI. Under the authority of FAR 6.302-1(a)(2)(ii), subsequent contracts were sole sourced to HSSSI in 1991 and 1997. Design and development of EMU LSS test stands and test rigs took place utilizing HSSSI corporate assets. Thirty-seven test stands and rigs necessary for the performance of this work are HSSSI capital equipment. Additionally, to meet the EMU OEM requirements, HSSSI developed highly specialized manufacturing processes, process specifications, design and manufacturing notebooks, and detailed instructions, which are used for: 1) EMU LSS component manufacturing, assembly, disassembly, 2) EMU LSS component inspection, wear and tear assessment, test and refurbishment, and 3) EMU LSS integration into the EMU suit system. HSSSI is the only contractor that possesses the above documentation. The documentation is proprietary to HSSSI. A full and open competition of all of the requirements for the EVA Systems contract, resulting in an award to a non-incumbent, would require that non-incumbent to gain all of the above unique capabilities of the incumbent through: 1) capture of incumbent personnel, 2) transition and certification of approximately 50 certified incumbent subcontracts/suppliers, and/or establishment and certification of new subcontracts/suppliers, 3) development and certification of EMU OEM processes and procedures, and 4) design, build and certification of EMU Government Support Equipment (GSE). These processes, procedures, and capabilities are critical and essential elements in the successful performance of this scope of work. In summary, a full and open competition for all of the EVA Systems requirements would require the transition of critical responsibilities to another contractor which would result in a significant increase in risk to mission assurance coupled with an extensive time requirement (estimated to be 3-years) to establish the essential elements for success explained above. This would ultimately result in a substantial duplication of cost to the Government. The Government could not expect to regain these costs through competition during the life expectancy of the EMU program. The contract type chosen for this acquisition will be Cost Plus Award Fee (CPAF). The contract will be performance-based, with a small portion of the contract identified as IDIQ. The Period of Performance for this effort is contemplated to be five years, including options. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. See note 22. The NAICS Code and Size Standard are 541691 and $6M, respectively. The DPAS rating for this procurement is DO-C9. Oral communications are acceptable, but shall not be considered formal. All formal responses to this posting shall only be submitted and accepted via e-mail. Interested organizations are encouraged to submit their capabilities and qualifications to perform the entire effort, in writing, to the identified point of contact by 4:30 p.m. CST, on 04/28/03. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below. No solicitation exists; therefore, do not request a copy of the solicitation.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#105130)
 
Record
SN00303298-W 20030416/030414213730 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.