Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
MODIFICATION

A -- Range Operations Contract II

Notice Date
5/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NNG17611358R
 
Point of Contact
Bruce B. Tsai, Phone: 2406840428, Tammy E. Seidel, Phone: 3012868438
 
E-Mail Address
Bruce.B.Tsai@nasa.gov, Tammy.E.Seidel@nasa.gov
(Bruce.B.Tsai@nasa.gov, Tammy.E.Seidel@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center's (GSFC) Wallops Flight Facility (WFF) plans to issue a Draft Request for Proposal (DRFP) for the Range Operations Contract (ROC) II. This is a Full and Open competitive follow-on contract for the support services currently provided under contract NNG16WA71C. The NASA Research Range Services (RRS) Program provides tracking, telemetry, meteorological, optical, and command and control services for flight vehicles including orbital and suborbital rockets, aircraft, satellites, balloons, and Unmanned Aircraft Systems (UAS). The services also include a real-time display and capture of mission-specific flight, payload, and science data. This contract will support the RRS through Wallops Range instrumentation operations and maintenance; support services; training; command, control, communications, information, and computer systems services; testing, modifying, installing, and operating communications and electronic systems, ground support systems, and spacecraft and launch vehicle processing systems at launch facilities, spacecraft processing facilities, launch vehicle processing facilities, launch control centers and test facilities; operating and maintaining suborbital launch systems; and developing flight and ground systems technology. The ROC II acquisition has been defined as a Full and Open competition, Cost plus Fixed Fee, Indefinite Delivery Indefinite Quantity contracting vehicle with a total estimated value of $200M. The anticipated release date of the Draft RFP (DRFP) is the end of May 2017 and the anticipated release date of the Final Request for Proposal (RFP) is the end of July 2017. The Government intends to perform the evaluation in accordance with FAR Part 15. The Government anticipates a phase-in transition period of no longer than 60 days. The Government does not intend to acquire a commercial item using FAR Part 12. The DRFP will be posted for information and planning purposes. No proposal is requested and no contract will be awarded as a result of the DRFP. Potential Offerors are invited to comment on all aspects of the solicitation including the requirements, proposal instructions, and evaluation approach. If your comments include recommendations for revisions, you must provide your rationale for such revisions. Comments will be accepted for approximately two weeks after the release of the DRFP, with the final date for communication to be specified in the DRFP cover letter. The NAICS code and size standard selected are 517919 and $32.5 million, respectively. The subcontracting goals established for this procurement are as follows: Total Small Business: 23%, Small Disadvantages Business 5%, Women Owned Small Business 3.5%, HBCU/OMI 0.5%, HubZone Small Business 0.5%, Veteran Owned Small Business 2.5%, and Service Disabled Veteran Owned Small Business 0.5%. Reference Library: In order to familiarize potential offerors with the nature of the services required to support the ROC II procurement, a reference library will be established on the internet. The URL will be provided at or around the time of DRFP release. 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. All responsible sources may submit an offer which shall be considered by the agency. The solicitation and any documents related to this procurement will be posted in Federal Business Opportunities (FBO): https://www.fbo.gov Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for 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). All contractual and technical questions must be submitted via e-mail to Bruce.B.Tsai@nasa.gov. Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de30cf2ac013319fa9cfb7335409b4bc)
 
Place of Performance
Address: NASA Goddard Space Flight Center's Wallops Flight Facility; downrange tracking sites (example: Australia, Alaska, Bermuda, Kwajalein, French Guiana, Norway); and other locations as specified by task orders, United States
 
Record
SN04508439-W 20170517/170515234642-de30cf2ac013319fa9cfb7335409b4bc (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.