Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
SOLICITATION NOTICE

D -- NASA Autonomous Operations Flexible Software

Notice Date
11/29/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA Stennis Space Center, Office of Procurement, Mail Stop DA00, Stennis Space Center, Mississippi, 39529-6000, United States
 
ZIP Code
39529-6000
 
Solicitation Number
NNS16607966R
 
Archive Date
12/24/2016
 
Point of Contact
Patricia White, Phone: 2286883607, Gerald L. Norris, Phone: 2286881718
 
E-Mail Address
Patricia.White-1@nasa.gov, gerald.l.norris@nasa.gov
(Patricia.White-1@nasa.gov, gerald.l.norris@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA/SSC Office of Procurement intends to issue a sole source, Firm-Fixed Indefinite Delivery Indefinite Quantity (IDIQ) price contract to General Atomics to provide the software development expertise using the G2/Symcure (and other G2 layered products) software environment and the NASA Autonomous Operations Flexible Software Suite (AO-FlexSS). Specific qualifications that must be met include the following: 1. The NASA AO-FlexSS is to be modified and used. The programming environment for the AO-FlexSS is G2/Symcure (and other G2 layered products). Individuals who will perform the tasks should have 4 or more years of experience programming in G2 and Symcure (be expert G2 and Symcure programmers), and should have developed applications in operational settings comparable in complexity to a rocket engine test stand and the ORION spacecraft. Individuals who will perform the tasks should have 1 or more years of experience using the NASA AO-FlexSS (be expert toolkit programmers), and should have developed applications in operational settings comparable in complexity to a rocket engine test stand. 2. The software development for this statement of work needs to be done in the context of current implementation of NASA ground and flight systems. Individuals who will perform the tasks should have worked on projects that provided experience concerning the concept of operations of ground and or spacecraft power, environmental and life support, and cryogenic-fluid systems at NASA. This experience should include working knowledge of piping and instrumentation diagrams, procedures, configurations, sensors, instrumentation, data acquisition, control, and network architectures and software. 3. Developers must be US citizens for security and ITAR purposes, since a significant portion of the work must be done on-site. The estimated period of performance is two years. There will be only one award made for this requirement. This is a sole source commercial acquisition under the authority of FAR Part 12 and FAR Subpart 13.5. The Government believes only one responsible source can provide the services that will satisfy the Agency's requirements. General Atomics has been providing a service through the previous procurement that corresponds to an area of technology and expertise that is not yet at a mature state throughout the industry. This notice of intent is not a Request for Proposal (RFP) for competition, but a notice of the Government's intent to issue the requirement as a sole source. Interested organizations may submit their capabilities and qualifications to perform the effort, in writing, to the identified point of contact not later than 4:00 p.m. (local time) on December 9, 2016. Statement of capabilities must contain sufficient details to review vendor's capabilities. Submissions will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Oral communications are not acceptable in response to this notice. 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. The NAICS Code and Size Standard are 541330 and $15M respectively. FOB is destination. It is anticipated that a solicitation will be issued to General Atomics on or about December 12, 2016, with their response due NLT 4:00 p.m. December 23, 2016. An ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://prod.nais.nasa.gov/eps/nasanote.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS16607966R/listing.html)
 
Place of Performance
Address: NASA John C. Stennis Space Center, Stennis Space Center, Mississippi, 395296000, United States
Zip Code: 96000
 
Record
SN04338164-W 20161201/161129234254-e830121123c5586e817037011ac1c885 (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.