Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2022 SAM #7457
SPECIAL NOTICE

16 -- Notice of Intent to Sole Source (Amended) - Gateway Thrusters

Notice Date
4/29/2022 7:56:42 AM
 
Notice Type
Special Notice
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC022GatewayThrustersAmended
 
Response Due
5/14/2022 12:00:00 PM
 
Point of Contact
Jennifer Escalante, Phone: 2812440190, Andrew Candee, Phone: 2814830814
 
E-Mail Address
jennifer.e.escalante@nasa.gov, andrew.l.candee@nasa.gov
(jennifer.e.escalante@nasa.gov, andrew.l.candee@nasa.gov)
 
Description
The purpose of this notice is to amend Special Notice ID # 80JSC022GATEWAYTHRUSTERS in order to hereby incorporate the following changes: Update the requirement description from: �delivery of 4 instrumented flight-like 22N Columbium bi-propellant thrusters (P/N�A0814015-003) including integral valve assembly� to: ��delivery of 5 flight-like 22N thrusters (three Columbium and two Platinum/Rhodium) including integral valve assembly.� Update the anticipated award date to June 2022. Update response submission requirements from: �Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to�Andrew Candee,�andrew.l.candee@nasa.gov�or�Jennifer Escalante,�jennifer.e.escalante@nasa.gov not later than 2:00PM central standard time on�December�28, 2021� to: �Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Andrew Candee, andrew.l.candee@nasa.gov and Jennifer Escalante,�jennifer.e.escalante@nasa.gov not later than 2:00 PM central standard time on�May 14, 2022.� The amended notice is provided in its entirety below: NASA/JSC has a requirement for delivery of�5 flight-like 22N thrusters�(three columbium and two platinum/rhodium)�including integral valve assembly, instrumented to collect high-rate pressure and accelerometer data. This requirement also includes�testing support and associated models and documentation. This acquisition supports the�Reaction Control System�(RCS)�Thrusters Life Test for the�Gateway Program.� � NASA/JSC intends to issue a sole source�contract�to Moog, Incorporated. Moog is deemed the only capable vendor to deliver the requirements without�significant impacts of schedule and substantial duplication of costs for the Government.�The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302- 1, Only one responsible source and no other supplies or services will satisfy agency requirements. NASA has no other option other than to award this effort directly to Moog to obtain the thruster hardware that is compatible with the heritage Maxar LS-1300 spacecraft bus being used for the Gateway Power and Propulsion Element (PPE) along with along with the proprietary technical insights and data that only the original hardware manufacturer can supply to have sufficient data and understanding of the Moog hardware for certification.�Moog�possesses heritage designs and testing capabilities�to�meet the specific�requirements for�the RCS.� The anticipated award date is June 2022 for a period of performance of ATP + 15 Months.� ?� The Government intends to acquire�this sole source�a commercially modified�item using FAR Part 12.� ?? ?� These commercial items will require proprietary modifications to meet the NASA�Gateway mission�requirements.� Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to�Andrew Candee,�andrew.l.candee@nasa.gov�and�Jennifer Escalante,�jennifer.e.escalante@nasa.gov not later than 2:00PM central standard time on�May 14, 2022. Such capabilities/qualifications will be evaluated solely for the purpose of determining�whether or not�to conduct this acquisition on a competitive basis. ?A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.� 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
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6d882af58dd74577aa27851ea15d4d65/view)
 
Place of Performance
Address: Elma, NY, USA
Country: USA
 
Record
SN06312400-F 20220501/220429230056 (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.