SOLICITATION NOTICE
C -- ISS UNITED STATES ON-ORBIT SEGMENT SUSTAINING ENGINEERING CONTRACT
- Notice Date
- 5/12/2009
- Notice Type
- Synopsis
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
- ZIP Code
- 77058-3696
- Solicitation Number
- NNJ09ZBG004R
- Response Due
- 5/29/2009
- Archive Date
- 5/12/2010
- Point of Contact
- Kirby L. Condron, Contract Specialist, Phone 281-483-4193, Fax 281-244-2370, - Carol S. Neeley, Contracting Officer, Phone 281-244-8568, Fax 281-244-7563
- E-Mail Address
-
Kirby L. Condron
(kirby.l.condron@nasa.gov, carol.neeley-1@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/JSC has a requirement for sustaining engineering of the International SpaceStation (ISS) United States On-Orbit Segment (USOS), Post-Production Support (PPS) forthe USOS, ISS vehicle integration and end-to-end subsystem management. Requirementsinclude sustaining engineering of USOS hardware and software and common hardware providedto International Partners/Participants, Government-furnished equipment (GFE) owners, andpayload developers; post-production support of USOS hardware and common hardware providedto the International Partners/Participants and GFE providers; and technical integrationacross all of the ISS segments. Requirements also include ISS end-to-end subsystemmanagement for the majority of ISS subsystems and specialty engineering disciplines; andUSOS and integrated system certification of flight readiness. It is anticipated that theperiod of performance for this contract extension will be five years from October 1, 2010to September 30, 2015.NASA/JSC intends to purchase these services from The Boeing Corporation. Boeing hasdeveloped requirements for and designed, developed, and certified the ISS USOS hardwareand software, both stand-alone and with the integrated system. This experience gives themthe unique ability to understand the on-orbit performance of the hardware and software,identify anomalies, and resolve issues and anomalies in a timely manner to ensure safetyof crew and vehicle and mission success. Knowledge of the hardware and software systemsis essential for quick responses to problems and is cost-effective in minimizinginvestigation of known conditions.The Government does not intend to acquire a commercial item using FAR Part 12. See Note26.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon May 29, 2009. Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the government.Oral communications are not acceptable in response to this notice.All responsible sources may submit an offer which shall be considered by the agency.An Ombudsman has been appointed. See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs linked below. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ09ZBG004R/listing.html)
- Record
- SN01814517-F 20090514/090512233015 (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 |