Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOLICITATION NOTICE

M -- SPACE SHUTTLE LANDING AND RESEARCH AIRCRAFT SUPPORT SERVICES

Notice Date
4/15/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND08236674_DAZ
 
Response Due
4/30/2008
 
Point of Contact
Cynthia Garcia, Contracting Officer, Phone 661-276-2592, Fax 661-276-2904, - Kari M Alvarado, Contracting Officer, Phone 661-276-2559, Fax 661-276-2904
 
E-Mail Address
Cynthia.M.Garcia@nasa.gov, Kari.M.Alvarado@nasa.gov
 
Description
NASA Dryden Flight Research Center (DFRC) has a requirement for continuing servicescurrently provided by Lockheed Martin Mission Services (LMMS) under the Space ShuttleLanding and Research Aircraft Support Services Contract (SSLRASS). The primaryrequirement is to provide management and technical personnel to operate, maintain andrepair Space Shuttle landing aids and communications equipment prior to launch, duringspecified on orbit space flight operations and during Shuttle landings at Edwards. NASA/DFRC intends to award a Firm Fixed-Price/Indefinite Delivery and IndefiniteQuantity/Cost-plus-no fee contract for 18 months with two (2) six-month options to LMMSfor these services. The period of performance should provide coverage through the end ofProgram life and Program shutdown. The Space Shuttle Program anticipates retiring thefleet and shutdown of the Program in approximately 2010. The options provide flexibilityto allow the Program to continue to meet its needs, should retirement and shutdown extendbeyond the current estimate. The statutory authority for proceeding with this acquisition using Other Than Full andOpen Competition is 10 U.S.C. 2304 (c)(1) as contemplated by the provision of FAR6.302-1(a)(2)(iii). This provision states that full and open competition need not beprovided for when the services required by the agency are available from only theoriginal source in the case of a follow-on contract for the continued provision of highlyspecialized services. The provision also states that this exception is applicable when itis likely that award to any other source would result in substantial duplication of costto the Government that is not expected to be recovered through competition, or therewould be unacceptable delays in fulfilling the agencys requirements. The Space Shuttle Program (SSP) Management has initiated an action plan that will fasttrack completion of the International Space Station, by launching 11 Space Shuttlemissions between now and the September 2010 shuttle retirement. To safely complete theseSpace Shuttle Missions, all contractual elements associated with the program will berequired to perform their missions flawlessly and without delays. The schedule marginthat would be required for a competitive selection and potentially incorporating a newprime contractor into the Program would not support the ISS assembly schedule.Competition of the Space Shuttle operations requirements could lead to the loss ofknowledgeable personnel introducing unacceptable risk to the SSP. In addition, becauseof the transition time required and associated disruption of the Space Shuttle operationsservices, there is a potential for increased safety risks to the orbiter and crew. Because of these considerations, including the unacceptable costs and delays that wouldbe incurred to conduct a competition and/or select a different prime contractor, thepotential benefits from competition do not justify accepting these substantial risks tothe Shuttle and ISS programs. In conclusion, LMMS is the only firm believed to be capableof fulfilling the proposed requirements.The Government does not intend to acquire a commercial item using FAR Part 12. See Note26. Interested organizations may submit their capabilities and qualifications to performthe effort in writing to the identified point of contact no later than 4:30 p.m. localtime on April 30, 2008. Such capabilities/qualifications will be evaluated solely forthe purpose of determining whether or not to conduct this procurement on a competitivebasis.A determination by the Government not to compete this proposed effort on a fulland open competition basis, based upon responses to this notice, is solely within thediscretion of the government.Oral communications are not acceptable in response to this notice.All responsible sources may submit an offer which shall be considered by the agency.An Ombudsman has been appointed. See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cb10d83b43a61bb9781fbe2b42899087&tab=core&_cview=1)
 
Record
SN01554000-W 20080417/080415215539-cb10d83b43a61bb9781fbe2b42899087 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.