Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

D -- NASA Maintenance and Operations (M&O) Services II Follow-On

Notice Date
7/10/2020 6:15:30 AM
 
Notice Type
Presolicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC20R0059
 
Response Due
7/27/2020 1:30:00 PM
 
Archive Date
08/11/2020
 
Point of Contact
Tiera Greene, Phone: 3012868003
 
E-Mail Address
Tiera.M.Greene@nasa.gov
(Tiera.M.Greene@nasa.gov)
 
Description
NASA GSFC has a requirement for Maintenance and Operations (M&O) services on a fully redundant Motorola Project 25 (P25) Phase II compliant Land Mobile Radio (LMR) system that was installed in October 2017.� The service will be performed at multiple Goddard Space Flight Center (GSFC) Installations and Facilities, including: Goddard Institute for Space Studies (GISS), New York, Katherine Johnson Independent Verification and Validation (IV&V) Facility, West Virginia and Wallops Flight Facility (WFF), Virginia. NASA GSFC intends to issue a sole source contract to acquire the services from Motorola Solutions, Inc. under the authority of 10 U.S.C 2304(c) (1) and FAR 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements�. Currently, Motorola is the only entity that possesses the proprietary data and the detailed knowledge necessary to maintain and operate GSFC�s LMR system. � The Contractor shall provide all materials and software and perform the following activities including, but not limited to: ���� Maintenance of the Master 1 (M1) P25 system for all four (4) of the ����� aforementioned locations ���� Continuous system monitoring, and incident tracking ��� �Proactive preventative maintenance ��� �Service Level Agreement (SLA) based corrective maintenance ��� �Authorization and Accreditation certification ��� �Presentations and documentation The Contractor shall perform engineering services required to expand the capabilities of the LMR system at any of the aforementioned locations under the IDIQ portion of the contract.� Specifically, expanded capabilities may include additional coverage areas, integration with Government Furnished Equipment (GFE) voice or data systems, and deployment of additional LMR features.� Additional Radio Frequency (RF) sites shall be integrated into the M1 core, upon NASA request by issuance of individual task orders: ��� �NASA Headquarters (NASA HQs), Washington, DC ��� �White Sands Complex (WSC), Las Cruces, NM ��� �White Sands Missile Range Launch Complex 36 (WSMR LC36), Las Cruces,����� NM ��� �White Sands Test Facility (WSTF), Las Cruces, NM ��� �El Paso Forward Operating Facility (EPFOF), El Paso, TX ��� �Other NASA Centers and/or support installations Procuring by other than full and open competition for these services is necessary to maintain the continuity of services provided between all GSFC Installation and Facilities including GSFC, WFF, IV&V, and GISS. Originally, the LMR system was procured as a competitive requirement under NNG16VE05C in order to replace the dated Harris system components and related equipment. Considering that the Motorola LMR P25 system must be utilized at each site, pursuing a new sole source contract is necessary in order to prevent a break in service between all four (4) locations. As a result, this sole source contract will continue cost savings benefits by sharing critical infrastructure components. GSFC, IV&V, WFF, and GISS has its own site infrastructure to independently operate if needed. However, all four (4) locations are interconnected with the Motorola P25 Solution in which each infrastructure connects to the Greenbelt core providing a cost savings benefit to the government. LMR systems are designed to be durable and stable to meet the mission-critical requirements of public safety customers, with system life-cycle typically exceeding 10 years.� In addition, it is necessary to consign all maintenance responsibilities to Motorola because it installed the P25 system and is the only source with the requisite technical expertise in the P25 system that can perform system monitoring as well as hardware and software maintenance. The North American Industry Classification System (NAICS) code for this procurement is 811213 Communication Equipment Repair and Maintenance, with a size standard of $12.0 million dollars. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Tiera Greene at tiera.m.greene@nasa.gov no later than 4:30 p.m., Eastern Standard Time, on August 7, 2020. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. 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 Contracting Office Address: NASA/Goddard Space Flight Center, Code 210.P Greenbelt, Maryland 20771 United States Place of Performance: NASA Goddard Space Flight Center Greenbelt, Maryland 20771 United States Primary Point of Contact Name:�� �Tiera Greene Title:�� �Contract Specialist Phone:�� �301-286-8003 Email:�� �tiera.m.greene@nasa.gov ________________________________________
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/32d373fdc98143a183b324b67e74505e/view)
 
Place of Performance
Address: Greenbelt, MD 20771, USA
Zip Code: 20771
Country: USA
 
Record
SN05717418-F 20200712/200710230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.