SPECIAL NOTICE
A -- Extension of International Space Station Vehicle Sustaining Engineering Contract, NAS15-10000, through Fiscal Year 2024
- Notice Date
- 4/12/2018
- Notice Type
- Special Notice
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Mail Code: BG, Houston, Texas, 77058-3696, United States
- ZIP Code
- 77058-3696
- Solicitation Number
- 80JSC018ISS
- Archive Date
- 5/29/2018
- Point of Contact
- Kelly L. Rubio, Phone: 2812447890, Christian C. Gaspard, Phone: 2814830034
- E-Mail Address
-
kelly.l.rubio@nasa.gov, chris.gaspard@nasa.gov
(kelly.l.rubio@nasa.gov, chris.gaspard@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/Johnson Space Center (JSC) (Agency) has a requirement for Sustaining Engineering (SE) and Post Production Support (PPS) of the the International Space Station (ISS) vehicle for the life of the ISS Program. Requirements include: • SE of United States On Orbit Segment (USOS) hardware, software, and common hardware provided to International Partners/Participants (IP/Ps), Government-Furnished Equipment (GFE) providers, Commercial Providers, and Payload Developers (PDs); • Integration of the USOS with IP/Ps, GFE, payload, and commercial provider hardware and software. • PPS of USOS hardware and common hardware provided to the IP/Ps, GFE providers, PDs and commercial providers; • Technical integration across all of the ISS segments, with Visiting Vehicles (VVs), and with hardware/software providers; • ISS end-to-end subsystem management for the majority of ISS subsystems and specialty engineering disciplines; • USOS and integrated system certification of flight readiness. NASA/JSC intends to contract with The Boeing Company for these requirements on a sole source basis, beginning in October 2020 to support full and complete utilization of the ISS through at least 2024. These requirements are being procured through The Boeing Company, as they are the only proven responsible source that can satisfy Agency requirements. The Boeing Company has been under contract with NASA since 1993 as the developer and sustainer of the ISS USOS. There is an extensive amount of hardware and software interfaces with IP/P, Commercial, GFE and PD modules/VVs/hardware, much of which is complicated, unique, one-of-a-kind, and developed specifically for the ISS by The Boeing Company. Additionally, The Boeing Company is responsible for the integration and certification of the USOS with the ISS System (entire vehicle across USOS, IP segments, and VVs). The Boeing Company also has highly specialized expertise, working relationships with IP/Ps, and corporate knowledge required to maintain the complex ISS elements and system architectures during the continuous on-orbit operations of the ISS vehicle. The Government does not intend to acquire a commercial item using FAR Part 12. Interested companies may submit their capabilities and qualifications statement to perform the effort via email to the Contracting Officer at kelly.l.rubio@nasa.gov, no later than 4:30 p.m. Central Daylight Time (CDT) on May 14, 2018. Such capabilities/qualifications will be evaluated solely for determining whether 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. Reponses cannot exceed three (3) pages. Any pages exceeding this threshold will be discarded and will not be evaluated. Oral communications are not acceptable in response to this notice. All respondents may submit a capabilities statement that shall be considered by the agency. 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. For purposes of determining small business goals for this procurement, entities from the various small business categories that may be interested in subcontracting opportunities may submit their information via email to the Contracting Officer at kelly.l.rubio@nasa.gov, no later than 4:30 pm CDT on May 14, 2018. Responses must include the following: name and address of firm, size of business; average annual revenue for past three (3) years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). All responses, including capability statements, are not to exceed three (3) pages in length. Any pages exceeding this threshold will be discarded and will not be evaluated. Technical questions should be directed to: lorraine.o.anderson@nasa.gov. Procurement related questions should be directed to: kelly.l.rubio@nasa.gov. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service (NAIS). It is the potential responder's responsibility to monitor these sites for the release of any solicitation or synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3dbb50e116ebf73a54008e30de812766)
- Record
- SN04887541-W 20180414/180412230854-3dbb50e116ebf73a54008e30de812766 (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 |