SOLICITATION NOTICE
A -- Optical Telescope Assembly (OTA) for the WFIRST Project
- Notice Date
- 11/9/2016
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771
- ZIP Code
- 20771
- Solicitation Number
- NASA-GSFC-WFIRST-SOLE-SOURCE-HARRIS-CORPORATION
- Point of Contact
- Julie Anne Janus, Phone: 3012864931
- E-Mail Address
-
julie.a.janus@nasa.gov
(julie.a.janus@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/Goddard Space Flight Center (GSFC) has a requirement for the refurbishment, assembly, integration and test of the Wide Field Infrared Survey Telescope (WFIRST) Optical Telescope Assembly (OTA). This work includes the refurbishment and/or modification of existing hardware and integration with newly fabricated hardware, the testing and qualification of the sub-assemblies and integrated hardware, payload integration, and on-orbit commissioning of the WFIRST OTA. The WFIRST-OTA is a multi-mirror diffraction-limited imaging space telescope with a 2.4-meter diameter primary mirror. The OTA consists of several assets remaining from a previous program, which includes the following flight hardware; the primary and secondary mirrors, composite support structure, several alignment and launch lock mechanisms, an outer-barrel assembly, thermal blankets, active thermal control system, and numerous pieces of ground support equipment and vaulted spare parts and materials. NASA/GSFC intends to issue a sole-source Request for Proposal (RFP) to Harris Corporation. The estimated period of performance on this cost-plus-award-fee (CPAF) contract is from approximately October 1, 2017 through November 17, 2025. The rationale supporting the use of 10 U.S.C. 2304(c)(1) is the unique knowledge, experience, and facilities and/or capabilities that Harris Corporation has with this OTA as described below. The inherited assets remained from another government agency - additional details exist in external public documents. The assets were designed, fabricated, assembled and tested in Rochester, NY by Kodak (since ITT, Exelis, and now Harris). Kodak, and now Harris, has preserved all paperwork and data necessary to use these assets for a space-based mission. Furthermore, Harris has preserved the drawings, build-books, procedures, non-conformance reports, test reports, and all documentation necessary to ascertain the state of, and ultimately utilize, the flight-hardware for the WFIRST Project. Additionally, Harris preserved the flight hardware, flight spares, the ground support equipment, ground test articles and coupon or witness samples. Moreover, the vast majority of the Harris owned equipment that compliments the Government owned equipment has been preserved, and in many cases, has remained in qualification as part of their regular business model. In addition to the heritage of the assets, Harris is essential for the path forward on the final delivery of the OTA. Harris has unique knowledge of and experience with the hardware, including all necessary procedures and tooling required for handling and modifying the OTA. Further, Harris has developed design and analysis tools specifically for this application, which provide special capabilities to more quickly and accurately test and modify the OTA, particularly the mirrors. Harris has the necessary tooling, Ground Support Equipment (GSE) and test facilities in place to support refurbishment, assembly and test of the OTA. In addition, the unique fixturing and tooling already in place at Harris would be required by a second vendor. Using Harris to accomplish the OTA rework eliminates the cost and time required for duplicating and reproducing this fixturing and tooling. Leveraging off the existing procedures, equipment, and facilities will enable the Government to accomplish the refurbishment, assembly and test sooner and at lower cost than would be possible if a competition was performed and another vendor was selected - either for modifying the existing assets or starting from scratch with the WFIRST requirements. In addition, the risk of damage to the OTA is minimized by utilizing Harris's experience in building and assembling the original OTA. Statutory authority for this procurement is 10 U.S.C. 2304(c)(1)--Only One Responsible Source. However, organizations who believe they can provide these services without any detrimental impact to the program schedules supported by this work should fully identify their interest and capabilities within 15 days after publication of this synopsis. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on Thursday, November 25, 2016. 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 proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. All responsible sources may submit an offer which shall be considered by the agency. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NASA-GSFC-WFIRST-SOLE-SOURCE-HARRIS-CORPORATION/listing.html)
- Record
- SN04324714-W 20161111/161109234557-73e47c04210301b4fc58b484f1b5c1c3 (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 |