Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
SOLICITATION NOTICE

A -- JOINT POLAR SATELLITE SYSTEM INSTRUMENTS FOR JPSS-2 MISSION

Notice Date
2/28/2012
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
JPSS-2-Instruments
 
Response Due
3/16/2012
 
Archive Date
2/28/2013
 
Point of Contact
James S. King, Contracting Officer, Phone 240-684-0615, Fax 240-684-0635, Email james.s.king@nasa.gov - Sandra L. Marshall, Contracting Officer, Phone 240-684-0532, Fax 240-684-0550, Email Sandra.L.Marshall@nasa.gov
 
E-Mail Address
James S. King
(james.s.king@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Goddard Space Flight Center (GSFC) intends to issue a sole-source procurementto each of the following companies for the following efforts: ITT Space Systems Cross-Track Infrared Sounder (CrIS); Ball Aerospace and Technologies Ozone Mapping andProfiler Suite (OMPS); Northrop Grumman Electronic Systems Advanced TechnologyMicrowave Sounder (ATMS).NASA/GSFC was directed to implement the restructuring of the National Polar-OrbitingOperational Environmental Satellite System (NPOESS). The existing program was managedthrough a tri-agency organization and this governance was eliminated and the primaryresponsibility of the after orbit satellites now belongs to the National Oceanic andAtmospheric Administration (NOAA) and the National Aeronautics and Space Administration(NASA). These satellites provide civil weather forecasting and climate data in a programnow called the Joint Polar Satellite System (JPSS).As part of that transition, NASA assumed responsibility for the instruments and convertedthe existing instrument subcontracts to NASA prime contracts. NASA only issued primecontracts on the instrument units that were currently under construction on the NPOESScontract including: three Visible Infrared Imager Radiometer (VIIRS) units, two CrIS, twoOMPS, and one ATMS (a second ATMS was procured under a separate NASA contract). The VIIRSquantities converted support three missions (NPP, JPSS-1, and JPSS-2), while the CrIS,OMPS, and ATMS quantities support two missions (NPP and JPSS-1). A sole-sourceprocurement is thus sought for the remaining instruments to be manifested on the JPSS-2mission (CrIS, OMPS, ATMS). To maintain data continuity, NOAA must use instruments with the same performance as thecurrent instruments. Any new instrument design would drive changes and costs to theexisting program and would not meet NOAAs technical, schedule, and budget parameters.This would force a delay in the JPSS-2 development thereby increasing the risk of aweather and climate data gap. The above-mentioned contractors are uniquely qualified forthese contracts as they are currently building their respective instruments and are theonly ones capable of making copies, because access to the necessary intellectual propertydata is not available to the public at large. Subsequently, they are the only sourcesthat can ensure data continuity for weather and storm forecasting.Statutory authority for this sole source procurement is 10 U.S.C. 2304 (c)(1) Only OneResponsible Source. However, any organization who believes they can provide these itemswithout any detrimental impact to the program mission should fully identify theirinterest and capabilities within 15 days after publication of the synopsis.Interested organizations may submit their capabilities and qualifications to perform anyof these efforts in writing to the identified point of contact no later than 5:00 pm ETon March 16, 2012. 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.All responsible sources may submit an offer which shall be considered by the agency.Oral communications are not acceptable in response to this notice.The Government does not intend to acquire a commercial item using FAR Part 12. See Note26. An Ombudsman has been appointed. See NASA Specific Note B. Any referenced notes maybe viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/JPSS-2-Instruments/listing.html)
 
Record
SN02684604-W 20120301/120228234750-3d69f9121ab3d541ec1cb670db42fb32 (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.