Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

C -- Flight Dynamics Support Services III (FDSS III) - FDSS III - DRFP

Notice Date
8/17/2018
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
80GSFC18R0032A
 
Point of Contact
Patrick DeWyngaert, Phone: 3012867905
 
E-Mail Address
patrick.b.dewyngaert@nasa.gov
(patrick.b.dewyngaert@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
EXHIBIT 1-11 ENCLOSURE EE ENCLOSURE CC ENCLOSURE BB ENCLOSURE AA ATTACHMENT M ATTACHMENT L ATTACHMENT K ATTACHMENT J ATTACHMENT I ATTACHMENT H ATTACHMENT G ATTACHMENT F ATTACHMENT E ATTACHMENT D ATTACHMENT C ATTACHMENT B ATTACHMENT A DRFP SF33 Cover Letter National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) has a follow-on requirement for the Flight Dynamics Support Services (FDSS) III to support the Engineering and Technology Directorate (ETD). The principle purpose of FDSS III is to provide flight dynamics support services and related service support for ETD's Mission Engineering and Systems Analysis (MESA) Division. FDSS III will provide flight dynamics analysis; analytic and operational support for spacecraft orbit determination; trajectory control; product generation; acquisition data generation and transmission; tracking data evaluation and testing; and system development and technology. The place of performance for FDSS III will be at NASA/GSFC, Contractor's facilities and/or as specified in individual task orders. It is anticipated that the subject contract will be a Cost-Plus-Fixed-Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) Single-Award contract with a five-year ordering period with the potential for an additional six (6) months per FAR Clause 52.217-8, Option to Extend Services. The maximum ordering value will be $165 million with a unilateral upward adjustment capability of 30% for programmatic uncertainties, if needed, for a total potential Maximum Ordering Value of $215 million. The anticipated contract award date is on or about July 22, 2019. All responsible sources may submit an offer when applicable, which shall be considered by the Agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The Government does not intend to acquire a commercial item using FAR Part 12. This procurement will be a small business set-aside. The North American Industry Classification System (NAICS) Code for this procurement is 541330. The small business size standard is $38.5M. Contractor must have a "Top Secret/SCI" level facilities clearance at the time of proposal submission. This will be an opportunity for potential offerors to provide questions, comments or any concerns regarding the DRFP and attachments which includes the SOW. No proposal/offer is to be submitted during this posting. The Government anticipates the final RFP to be released in September 2018. Interested parties are responsible for monitoring the website www.fbo.gov for schedule updates, the release of the solicitation, and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). The FDSS III Reference eLibrary has been created. The Reference eLibrary is located at https://elibrary.gsfc.nasa.gov/. Additional documents will be posted on the eLibrary as they become available. Offerors are responsible for monitoring this website for any updates. All contractual and/or technical questions must be submitted in writing, via electronic mail. Questions must be submitted to the following electronic mail: patrick.b.dewyngaert@nasa.gov. Questions over the telephone will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e2e3145568d7113dd939a760099dce31)
 
Place of Performance
Address: 8800 Greenbelt Rd, Greenbelt, Maryland, 20771, United States
Zip Code: 20771
 
Record
SN05043127-W 20180819/180817230928-e2e3145568d7113dd939a760099dce31 (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.