Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

A -- STRATOSPHERIC AEROSOL AND GAS EXPERIMENT "SAGE" III SPACEFLIGHT INSTRUMENTASSESSMENT AND REFURBISHMENT

Notice Date
5/14/2009
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNL09294678R
 
Response Due
5/29/2009
 
Archive Date
5/14/2010
 
Point of Contact
Lisa M. Harvey, Contracting Officer, Phone 757-864-2444, Fax 757-864-8863, - Susan E. McClain, Contracting Officer, Phone 757-864-8687, Fax 757-864-8863, />
 
E-Mail Address
Lisa.M.Harvey@nasa.gov, Susan.E.Mcclain@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
NASA/LaRC has a requirement for an Indefinite-Delivery/Indefinite-Quantity (IDIQ)contract to support assessment and refurbishment activities associated with the SAGE IIIinstrument. Work will be defined in task orders and the initial task will be issued to support an assessment of the instrument which will be led by the NASA Langley ResearchCenter. While there are no commitments of any kind regarding a potential flightopportunity for the SAGE III instrument at this time, if additional work is authorizedand directed by NASA Headquarters, an IDIQ contract will permit the Government to issuetask orders for further assessment of the instrument, for support of missionaccommodation studies, and for instrument refurbishment and updates necessary for aflight mission. NASA/LaRC intends to purchase the items from Ball Aerospace and Technologies Corporation(BATC). NASA LaRC has previously contracted with BATC for the development of the earlierSAGE II and SAGE III instruments. Through this work, BATC has developed unique andworld-class expertise in space-based solar/lunar occultation instruments. As theoriginal SAGE III instrument prime contractor, BATC produced the SAGE III instrumentwhich will be assessed and possibly refurbished under the proposed contract. BATCtherefore has intimate and unique familiarity with the SAGE III instrument as well as along history producing similar instruments. BATC also has the unique engineering,manufacturing, and other processes necessary to perform the proposed work. BATC isintimately familiar with the design, assembly, subsystem interaction, overall function,and calibration of the SAGE III instrument since BATC designed, built, and demonstratedthis capability based on previous SAGE III efforts with LaRC. While the Governmentstrives for complete "as built" documentation, the degree of insight gained throughactual hands on experience cannot be provided by a source other than BATC withoutincurring significant cost and schedule impacts and significant technical risk to theinstrument. BATC's engineering and instrument development processes are proprietary andare not available as part of the instrument design package. The legacy knowledge andunique facilities which BATC can bring to bear in assessing and refurbishing the SAGE IIIinstrument cannot be duplicated by any other company without extensive time and theresulting additional costs for study and familiarization with the instrument, includingits design and operating characteristics. 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 perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon _May 29, 2009. Such capabilities/qualifications will be evaluated solely for thepurpose 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 opencompetition basis, based upon responses to this notice, is solely within the discretionof the government.Oral communications are acceptable in response to this notice. However, you may berequested to submit your communication in writing depending on the nature of theinformation requested.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/spg/NASA/LaRC/OPDC20220/NNL09294678R/listing.html)
 
Record
SN01816931-W 20090516/090514215855-5626b82de948b06ad2141fe3d8e45e66 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.