Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SOURCES SOUGHT

58 -- Optical Tech Commercialization Catalog

Notice Date
12/4/2019 7:59:29 AM
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
OTCC-2019
 
Response Due
1/20/2020 2:00:00 PM
 
Archive Date
02/04/2020
 
Point of Contact
Kelly R Lytton, Phone: 301-286-6303
 
E-Mail Address
kelly.r.lytton@nasa.gov
(kelly.r.lytton@nasa.gov)
 
Description
The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutes (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the Optical Technology Commercialization Catalog (OTCC) contract to procure optical communications technologies that comply with mission requirements. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based responses hereto.The Optical Tech Commercialization Catalog acquisition is intended to result in the award of multiple fixed-price, Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for optical communications systems that would be used to meet the Federal Government’s science and technology needs. Under the OTCC process, contracts are awarded to vendors based on their ability to meet specific criteria (i.e. the ability to execute the Statement of Work (SOW)). Vendors would submit optical communications technologies that could be successfully used for optical communications between spacecraft, suborbital flights, ground stations, or high-altitude balloons. Operations support would include all required ground support equipment as well as associated flight and ground based software and software maintenance for the optical communications technologies offered.It is the intent of the NASA GSFC Optical Tech Communication Catalog (OTCC) Project Office to obtain from industry the following existing or in development Optical Component capabilities: Optical Terminal and associated Controllers (OT/C), High Power Optical Amplifiers (HPOA), Optical Modems (OM), Complete, integrated Optical Comm Systems (OCS) Optical Switches (OS), Optical Ground Terminals (OGT)Such capabilities to build, integrate, and test must be at a NASA Technical Readiness Level (TRL)-5 and above. (Note: The TRL definitions and acronyms are attached to this RFI.)The OTCC contract will serve as a timely and flexible Government-wide, firm fixed price (FFP), IDIQ procurement tool for flight proven spacecraft or aerospace mission components.The OTCC Project Configuration Management Office will manage and facilitate mission-specific OCT procurements for government customers via the OTCC contract. The purpose of the OTCC concept is to reduce overall procurement-lead time, as well as reduce mission implementation cost and risk by leveraging flight proven OCT.OCT awardee’s will be placed in the OTCC “catalog” in support of federal acquisition needs via IDIQ delivery orders for mission customers. These mission-specific delivery orders are competed amongst the OTCC contractors and awarded based on the contractor’s ability to satisfy the specific customer’s mission requirements. Modifications to the OCT to meet the specific requirements of future missions are normal and expected. Therefore, it is expected that the OTCC contracts will include an “On Ramp” feature, which allows the catalog to be refreshed in order to give new vendors the opportunity to propose flight proven OCT. On Ramping will also allow current OTCC contractors the opportunity to propose additional flight proven OCTs and/or update their existing catalog offerings.The OTCC acquisition is anticipated to be procured under Far Part 15. The anticipated minimum quality management standard may be SAE AS9100/ISO 9001. The OTCC contracts will have a Base Period of Performance of five (5) years; however, it is anticipated that the OTCC contracts will also have an option to extend for an additional five (5) years, for a total of ten (10) years.Responses must include at a minimum the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; 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).The information provided to the Government in response to this RFI will be considered in the development of the terms and conditions of the upcoming solicitation. NASA GSFC welcomes any information submitted by interested parties in response to this request. (Note: if you have submitted a response for information in the past 12 months that is of similar size and scope please feel free to submit the same package including any unique and specific requirements for this RFI)The range of possible Federal Government missions is broad in scope, type and size. Therefore, the OTCC contracts would seek OCTs of various sizes , capabilities, lifetimes, orbit use and mission suitability, in order to be ready to support a variety of mission needs quickly.This is not a Request for Proposal, nor a Request for Quotation, nor an Invitation to Bid. Therefore, this RFI is not to be construed as a commitment by the Government, nor will the Government pay for any information submitted in response to this RFI.All responses shall be submitted to Kelly R Lytton via email (in either Microsoft Word or ADOBE PDF format) to the e-mail address listed no later than January 20, 2020 at 5:00 PM EDT. Please reference OTCC 2019 RFI in any response.No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.It is not NASA's intent to publicly disclose vendor proprietary information obtained from this RFI. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as "Proprietary or Confidential" will be kept confidential.Comments and suggestions for improving the requirements documents are always encouraged and solicited.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/202b0f94e04142a4ad13b178fce875c8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05509487-F 20191206/191204230300 (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 |
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.