|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1995 PSA#1427NASA, George C. Marshall Space Flight Center, Procurement Office, Code
GP12, Marshall Space Flight Center, Huntsville, Alabama, 35812, Attn:
Space Flight Operations Restructure 18 -- SPACE FLIGHT OPERATIONS CONTRACT SOL RFP 8-SSP-SEB DUE 091495
POC Contact Mr. Walker Lee Evey/GP12, (205) 961-2031 AMENDMENT -- This
notice clarifies the synopsis previously published in CBD on August
30, 1995 -- The following clarifications are provided in response to
questions related to information provided at the August 21, 1995, Space
Shuttle Restructuring Industry Briefing -- References are to the
briefing material provided at the meeting: -- 1. Page 21, second items
states: ''Design knowledge and expertise for major hardware elements
must be maintained - A single contractor must have full responsibility
for each major hardware element (e.g., engineering, production,
processing, integration)'' -- The ''single contractor'' refers to those
flight element contractors responsible for the initial ''design,
knowledge, and expertise'' which NASA judges should be maintained
through the proposed restructuring -- This includes as a minimum:
Thiokol (RSRM), Lockheed Martin Marietta Systems (ET), Rocketdyne
(SSME), and Rockwell (Orbiter) -- In the restructured program, NASA
expects these element contractors to have full accountability for their
major hardware elements in contrast to today's program in which
accountability is shared by multiple contractors -- As a minimum, these
contractors would: a) provide engineering for all work specific to
their hardware, b) have responsibility for approval and assurance for
all processes and procedures related to their hardware -- It is
expected that some work conducted at KSC could be provided by ''pools''
of qualified technicians and that some other functions (e.g., quality,
shared logistics, ground support, and generic functional engineering)
could be also provided from common sources -- The intent of our
requirement is to initiate a process of streamlining accountability and
responsibility across the program -- At present, we have shared
responsibility between functional contractors for hardware which
results in several undesirable and inefficient practices: e.g., (a)
maintaining excessive numbers of engineers and overlapping
responsibilities between organizations, (b) element contractors
maintaining ''oversight'' engineering groups at KSC to reiew processing
contractor engineering, and (c) multiple configuration control systems
for the same hardware and rewriting ''paper'' as hardware is
transferred between responsible functional organizations -- Similar
overlap exists between government organizations, and these will also be
eliminated -- 2. Pages 23 and 24 provide guidelines for contract
consolidation -- The primary intent of these guidelines is to indicate
the range of criteria and potential dispositions of those current
contracts which would not be subject to recompetition in the proposed
single prime contractor selection process -- Some contracts not meeting
these criteria and with appropriate periods of performance or contract
options will be competed -- At this time, we expect the recompetition
to involve approximately 30 percent of the total contractor direct
workforce -- Considering the potential significance of these
clarifications, NASA will allow an extension of the requested response
time to 14 September 1995 -- Industry comments on these clarifications
are welcomed. (0249) Loren Data Corp. http://www.ld.com (SYN# 0264 19950907\18-0001.SOL)
18 - Space Vehicles Index Page
|
|