SPECIAL NOTICE
R -- Wallops Engineering Services Contract Extension
- Notice Date
- 11/18/2019 8:51:07 AM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- NNG14WA48C
- Response Due
- 12/3/2019 12:30:00 PM
- Archive Date
- 12/18/2019
- Point of Contact
- Stephanie Bailey, Cheryl W Johnson
- E-Mail Address
-
stephanie.b.bailey@nasa.gov, cheryl.w.johnson@nasa.gov
(stephanie.b.bailey@nasa.gov, cheryl.w.johnson@nasa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NASA Goddard Space Flight Center/Wallops Flight Facility (GSFC/WFF) intends to issue a contract extension to the Wallops Engineering Services Contract (WESC) awarded to ASRC Federal Space and Defense (AS&D), pursuant to the statutory authority for other than full and open competition, 10 U.S.C. 2304(c)(1), Only One Responsible Source.This procurement will provide a contract extension for a period of up to twenty-four (24) months, to allow for the continuation of engineering services, until the follow-on competitive procurement is awarded. This contract extension will be to the existing Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) type contract. The competitive follow-on for these services will be consolidated into the GSFC Systems Engineering and Advanced Services (SEAS II) contract scheduled for award in 2021. The SEAS II competitive solicitation process is currently on-going.This contract extension is necessary in order to allow for the continuation of these services in order to avoid disruption to NASA/GSFC WFF programs and projects. GSFC/WFF’s need for these services is to ensure program continuity and critical mission support, and to avoid significant technical impacts to GSFC.In accordance with 6.302-1(a)(iii), for DoD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in unacceptable delays in fulfilling the agency’s requirements. AS&D as the incumbent, is the only responsible source qualified to perform this requirement during this interim period due to its knowledge, experience, expertise, and risk posture to provide uninterrupted continuation of mission critical support. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact no later than 3:30 PM Eastern Standard Time on December 3, 2019.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 competitive basis, based upon responses to this notice, is solely within the discretion of the Government.The Government does not intend to acquire a commercial item using FAR Part 12.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 contractual and technical questions must be submitted in writing via e-mail to Cheryl.W.Johnson@nasa.gov and Stephanie.B.Bailey@nasa.gov. Telephone inquiries will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bf633ce17f734c13adc2febb018b787d/view)
- Place of Performance
- Address: 82728, VA 23337, USA
- Zip Code: 23337
- Country: USA
- Zip Code: 23337
- Record
- SN05497409-F 20191120/191120064105 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |