Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2006 FBO #1846
MODIFICATION

A -- CONSTELLATION SPACE SUIT SYSTEM (CSSS)

Notice Date
12/14/2006
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ06161022R
 
Response Due
1/16/2007
 
Archive Date
12/14/2007
 
Point of Contact
James P. Gips, Contracting Officer, Phone (281) 244-7878, Fax (281) 483-6336, Email james.p.gips@nasa.gov - Julie K. Karr, Contract Specialist, Phone (281) 483-9782, Fax (281) 244-0995, Email julie.k.karr@nasa.gov
 
E-Mail Address
Email your questions to James P. Gips
(james.p.gips@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is modification 5 to the synopsis entitled Constellation Space Suit System (CSSS) Solicitation No NNJ06161022R which was posted on August 2, 2006. You are notified that the Government is considering requesting the following data from potential offerors. The CSSS procurement team is soliciting Industry comments regarding a contemplated contract strategy. In answering this request for information, assume the requirements, EVA Systems Architecture and Reference Suit System Approach described in the Extravehicular Activity (EVA) Systems Architecture presentation dated 11/1/06, are still valid. This presentation is posted in the CSSS technical library. NASA is considering implementing the EVA Systems architecture through a contract structure with a baseline portion and two options. The contemplated structure is described below and depicted graphically in Figure 1. This can be viewed at: http://procurement.jsc.nasa.gov/CSSS/Figure_1_rev_1.ppt Baseline portion of the contract ? It is contemplated that this portion of the contract consists of the Design, Development, Test and Evaluation (DDT&E) of the initial suit capabilities, referred to as Configuration 1 in the architecture presentation, through the first operational flight of the Crew Exploration Vehicle (CEV). The baseline portion of the contract would also include DDT&E on the initial surface capabilities, referred to as Configuration 2, through the delta System Requirements Review (SRR) for lunar capabilities, currently scheduled for 2010. This effort is included in the baseline portion of the contract to promote suit system commonality. The term of this portion of the contract is envisioned to be approximately 6 years (2008 ? 2014). Option 1. ? It is contemplated that this portion of the contract consists of the remaining DDT&E for the completion of initial surface capabilities (Configuration 2) from the delta SRR through the first human flight of Configuration 2. The term of this portion of the contract is envisioned to be approximately 8 years (2010 ? 2018). NASA is considering requesting proposals for this portion of the contract as a not to exceed (NTE) cost. The negotiated value of Option 1 will not exceed the NTE value proposed for Option 1, unless the Government directs changes as a result of the delta SRR process. Option 2. ? It is contemplated that this portion of the contract will be ID/IQ and consist of the production and sustaining engineering of the initial suit capabilities (Configuration 1) through the first human flight of Configuration 2. The term of this portion of the contract is envisioned to be approximately 5 years (2014 ? 2018). NASA is considering requesting proposals for this portion of the contract as NTEs for standard production buys and sustaining engineering rates. The Government is seeking input on how to best implement the strategies outlined above. Parties are asked to provide information on: 1. Suitability of the proposed contract structure for implementing the EVA Systems Architecture. 2. Ability of Industry to provide NTEs for the proposed options for the performance periods. 3. Any comments to the EVA Systems Architecture and Reference Suit System Approach described in the 11/1/06 EVA Systems Architecture presentation. The information requested in this modification to the synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. YOUR RESPONSE TO MODIFICATION 5 OF THE SYNOPSIS: All responses shall be received no later than January 16, 2007. Responses should be no more than 5 pages in length. Responses may be submitted via electronic mail (e-mail) to the Contracting Officer, Jim Gips, at the following address: jsc-csss-seb@mail.nasa.gov. Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#121486)
 
Record
SN01196911-W 20061216/061214221323 (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.