Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
SOLICITATION NOTICE

A -- HUMAN SPACEFLIGHT PROCESSING SERVICES

Notice Date
3/2/2012
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BV
 
ZIP Code
00000
 
Solicitation Number
NNJ12ZBV001R
 
Response Due
3/19/2012
 
Archive Date
3/2/2013
 
Point of Contact
Andrea L. Browne, Contracting Officer, Phone 281-483-1172, Fax 281-244-6102, Email andrea.browne-1@nasa.gov - Shari K. Miller, Contracting Officer, Phone 281-483-7449, Fax 281-483-9632, Email shari.k.miller@nasa.gov
 
E-Mail Address
Andrea L. Browne
(andrea.browne-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC plans to extend the period of performance with United Space Alliance, LLC(USA) to provide Operations and Maintenance (O&M) of assigned Space Shuttle Program (SSP)Ground Systems and Ground Operations Capabilities and Special Studies associated withexisting ground operation capabilities at the Kennedy Space Center (KSC). USA currentlyprovides these services under an existing Justification for Other than Full and OpenCompetition (JOFOC) on the Space Program Operations Contract, NNJ06VA01C. The intent andcoverage of this JOFOC is to allow KSC customers and/or NASA programs of record to obtainservices during this gap period until full implementation of the Test and OperationsSupport Contract (TOSC) is in place to support these requirements. The TOSC request forproposal contains the requirements necessary to support the O&M of assigned SSP groundsystems and ground operations.When the original JOFOC was approved, the start date ofthe TOSC was anticipated to be no later than October 1, 2012. However, now the startdate is anticipated to be in January 2013. This extension is imperative in order tomaintain and sustain the critical Ground Support Equipment, Facilities, andinfrastructure at KSC.The services that will be performed during this gap periodinclude:1. The Contractor shall continue to perform O&M on a limited number of Space ProgramOperations Contract (SPOC) baselined SSP ground systems as assigned by the Government toensure system viability and operational expertise remains available during the transitionperiod and before the new Test and Operations Support Contract (TOSC) is awarded. Theassigned SSP ground systems may include, but is not limited to: Ground Support Equipment(GSE) in the SSP Launch Processing Areas, such as: Vehicle Assembly Building (VAB),Launch Complex 39 Pads A & B, Mobile Launch Platforms (MLPs)/Mobile Launcher (ML),Rotation Processing & Storage Facility (RPSF), Assembly & Refurbishment Facility (ARF),and Launch Control Center (LCC). It will also include Fixed Cranes, Powered Doors, andStructures in SSP Launch Processing Facilities (i.e. - VAB, Pads, MLPs/ML, RPSF, ARF) andTransporters (i.e. - Crawler-Transporters). The O&M of GSE systems includes making theunique systems and capabilities available to future programs for manufacturing, i.e.,utilizing the Thermal Protection System Facility (TPSF) to manufacture thermal protectionsystems test articles and/or production runs until transfer to TOSC.2. The Contractor shall provide ground operations capabilities support and specialstudies for human spaceflight ground and launch operations which includes transfer ofunique ground operations experience from the shuttle program, such as flighthardware/systems and maintenance of ground systems (GSE and Infrastructure), which can beused to enhance future spacecraft and launch vehicles.Special study activities mayinclude support to NASA for the development, modeling simulation and analysis of itemssuch as concept of operations; design for operability; processing strategies; andreliability, maintainability, and supportability. The Contractor shall provide theirground operations expertise in support of NASA-led design and concept reviews of humanspaceflight ground systems and flight elements.The delay in the award and full implementation of the TOSC has put NASA in a positionwhere there will be no contract in place to support ground systems and ground operationscapabilities at KSC after September 30, 2012. USA is uniquely positioned to provide therequired services as they will be on-site at KSC performing program and contracttransition and retirement/closeout activities through September 30, 2013. In addition,USA has the unique knowledge, skills and expertise of human space flight and associatedfunctions based on their 15+ years of experience. USA is uniquely qualified due to theirfamiliarity with KSC ground systems, processes, and infrastructure involved in humanspaceflight operations. This expertise would be difficult to obtain from anothercontractor not only because of the time and cost associated with the certification andtraining of employees, but also in replicating the expertise that currently resideswithin USAs workforce. QUESTIONS REGARDING THIS SYNOPSIS SHOULD BE DIRECTED IN WRITING TO:KARI.R.CEZAT@NASA.GOV. The Government does not intend to acquire a commercial item usingFAR Part 12. See Notes 22 and 26. Interested organizations may submit their capabilitiesand qualifications to perform the effort in writing to the identified point of contactnot later than 4:30 p.m. EST on March 19, 2012. Such capabilities/qualifications will beevaluated solely for the purpose of determining whether or not to conduct thisprocurement on a competitive basis. A determination by the Government not to compete thisproposed effort on a full and open competition basis, based upon responses to thisnotice, is solely within the discretion of the government. Oral communications are notacceptable in response to this notice.All responsible sources may submit an offer whichshall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. Theinstallation Ombudsman has been appointed. See NASA specific 'Note B'.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12ZBV001R/listing.html)
 
Record
SN02688400-W 20120304/120302235348-ef6e5f8fb46841281cd3b769c68c516c (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.