Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2018 FBO #6141
SPECIAL NOTICE

18 -- Extension of Commercial Resupply Services Contract NNJ09GA02B

Notice Date
9/14/2018
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BG, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
80JSC018CRS
 
Archive Date
9/20/2018
 
Point of Contact
Miyoshi J. Thompson, Phone: 281-244-1683, Tiffany Penner, Phone: 281.244.7894
 
E-Mail Address
miyoshi.thompson-1@nasa.gov, tiffany.penner@nasa.gov
(miyoshi.thompson-1@nasa.gov, tiffany.penner@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC intends to extend the existing Commercial Resupply Services1 (CRS-1) contract NNJ09GA02B, with Orbital Sciences Corporation (Orbital), a wholly owned subsidiary of Northrop Grumman Innovation Systems (NGIS) for up to 12 months from December 31, 2018 to December 31, 2019 at no cost. The original contract was awarded in December 2008 and has a not to exceed (NTE) contract value of 3.1B. This extension does not increase contract value. Rather, this extension provides an additional period of performance that will allow Orbital to complete the final cargo delivery mission, scheduled to fly in April 2019. This mission will deliver cargo and dispose of trash on board the International Space Station (ISS). During duration of the pre and post launch activities, it is critical for the ISS Program to maintain the flexibility to respond in the event that unforeseen non-standard services are needed to accommodate Orbital Mission 11. NASA/JSC has a requirement to perform all tasks necessary to ensure safe and reliable cargo integration and transportation to and from the International Space Station (ISS). The Standard Resupply Mission may consist of pressurized upmass delivery and/or cargo disposal. Cargo includes both NASA­owned cargo and NASA­ sponsored cargo. The supplies to be delivered by terms of the contract include air, water, food, clothing, medicine, spare parts, and scientific experiments for use in the U.S. and International Partner experimental modules. The place of performance and launch site is identified in each task order. An interruption of contract performance would jeopardize the timely delivery of critical cargo. The statutory authority for proceeding with this acquisition under Other Than Full and Open Competition is 10 U.S.C. 2304(c)(1) as contemplated by the provision of FAR 6.302­1(a)(2)(iii), which states that full and open competition need not be provided when the services required by the Agency may be deemed to be available from one original source, in the case of a follow-on contract, for the continued provision of highly specialized services. The provision also states that this exception is applicable when it is likely that award to any other source would result in unacceptable delays in fulfilling the Agency's requirements and substantial duplication of cost to the Government that is not expected to be recovered through competition would be incurred. CRS contract NNJ09GA02B will be extended under this authority. Orbital was required to prove that their vehicle could successfully integrate with the ISS to deliver cargo. This seminal milestone took place under Commercial Orbital Transportation System (COTS) agreements. Demonstrating successful ISS integration is essential to limiting NASAs risk of damage occurring to valuable cargo and/or damage being done to the ISS itself. Orbital demonstrated successful ISS integration in June 2013. Hence, any party that is interested must have demonstrated successful ISS integration upon submission of any response. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 12:00 p.m. local time on September 19, 2018. 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. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215­84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f54c8b8b83be4966f3492dbd5ca18f2)
 
Place of Performance
Address: NASA/Lyndon B. Johnson Space Center, 2101 NASA Parkway, Houston, Texas, 77058, United States
Zip Code: 77058
 
Record
SN05090927-W 20180916/180914231318-1f54c8b8b83be4966f3492dbd5ca18f2 (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.