Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2017 FBO #5837
SPECIAL NOTICE

99 -- Pathfinder Technology Demonstrator - Notice of Intent to Modify Contract

Notice Date
11/14/2017
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA17BF41C-MOD-20171114
 
Point of Contact
Umetria T. Dickson,
 
E-Mail Address
u.t.dickson@nasa.gov
(u.t.dickson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC intends to modify Contract NNA17BF41C, titled Pathfinder Technology Demonstrator (PTD) with Tyvak Nano-Satellite Systems, Inc. on a sole- source basis pursuant to 10 U.S.C 2304(c)(1), Only One Responsible Source. PTD supports spaceflight missions, which are managed by the Small Spacecraft Technology Program (SSTP) Level II office located at Ames Research Center. The PTD Project was awarded for the development, integration and delivery of one 6U nano-satellite spacecraft plus five spare (optional) spacecraft. PTD will test the operation of a variety of novel satellite technologies in low Earth orbit, providing significant enhancements to the performance of these small and effective spacecraft. The current scope of work includes primary ground station support and spacecraft operations support. Under the proposed modification, the scope of work and value of the contract will increase to include of mission operations support and additional options for payload assessment activities. The proposed changes are determined to be in-scope of the original work requirements. The proposed changes will require Contractor to: • provide a ground data system (GDS) solution that is compatible with the awarded spacecraft communication system. • become the lead for the pre-flight performance testing and flight operations. • perform mission operations, engineering support, mission planning, crew console training, flight product generation, and real-time operations as needed to characterize integrated payload. • provide any necessary mission control facilities, GDS integration, command load simulations and verification, on-console flight support, on-orbit bus and payload calibration, on-orbit bus and payload checkout, on-orbit payload characterization, fault management and anomaly resolution. Operations coverage shall cover launch through end-of-mission decommissioning. Payload telemetry and supporting bus H&S telemetry shall be made remotely accessible to NASA and/or the Payload PI as soon as it is received and processed on the ground. Additionally, the number payload assessment options will also increase by three (3). The original contract award included the option for five flight integration assessments. As part of the assessment, the contractor performs a technical assessment of the required spacecraft modifications (if any) to accommodate a NASA provided payload. This modification will not extend the period of performance of the current contract. The current contractor, is considered the only contractor that can meet ARC's needs. As the satellite provider and developer, they possess proprietary knowledge of the operation and nominal performance of their satellite bus. This knowledge is a key to the objective and success of PTD Project and is listed as a requirement of the Project. Off nominal flight conditions as well as fault detection, isolation and recovery (FDIR) by the mission operations team can only be accomplished with the proprietary knowledge of the spacecraft. The requisite knowledge and spacecraft characterization is possessed only by the satellite developer. Awarding a separate contract to another source would result in substantial duplication of costs and unacceptable delays in fulfilling the Governments requirements, thereby affecting the continuity of services and causing unacceptable delays in fulfilling ARCs requirements. The Government does not intend to acquire a commercial item using FAR Part 12. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent is not a request for competitive proposals. 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. Notwithstanding this stated intent, interested organizations may submit their capabilities and qualifications to perform the effort IN WRITING to the point of contact identified below not later than 1 PM PST on November 28, 2017. Such communication of capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Oral communications are not acceptable in response to this notice. Questions regarding this notice should also be directed to the identified point of contact no later than 1pm PST on November 21, 2017. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Information about major upcoming ARC procurement actions is available at http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA17BF41C-MOD-20171114/listing.html)
 
Record
SN04740066-W 20171116/171114231449-c41a269964821ea8888cdc6c97eb62a3 (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.