Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2002 FBO #0382
SOLICITATION NOTICE

A -- ISS VEHICLE SEGMENT SUSTAINING ENGINEERING

Notice Date
12/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
9-BG-58-2-82P-a
 
Archive Date
12/17/2003
 
Point of Contact
John E. Trahan, Contracting Officer, Phone (281) 483-0543, Fax (281) 244-7563, Email john.e.trahan1@jsc.nasa.gov
 
E-Mail Address
Email your questions to John E. Trahan
(john.e.trahan1@jsc.nasa.gov)
 
Description
NASA/JSC plans to issue a Request for Proposal (RFP) for the Vehicle Segment Sustaining Engineering in support of the International Space Station Program (ISSP). NASA/JSC intends to purchase these services from Boeing Space and Communications Group to fulfill these requirements. The authority permitting other than full and open competition is FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements, pursuant to 10 U.S.C. 2304(c)(1). NASA/JSC believes that this contracting approach will significantly reduce technical and schedule risk to the ISSP. The plan is to award a contract in January of 2004. The basic period of performance for this contract is anticipated to be January 1, 2004, thru September 30, 2006. It is also anticipated that this contract will contain two one-year priced options, which, if exercised, would bring the period of performance to September 30, 2008. See note 22. The Government intends to issue a hybrid contract to fulfill these requirements. The vast majority of the requirements will be obtained using a Cost Plus Incentive Fee/Award Fee/Performance Fee (CPIF/AF/PF) contract arrangement. Indefinite Delivery/Indefinite Quantity (IDIQ) performance based task orders and delivery orders will be utilized to obtain the remaining requirements. In accordance with NPD 5000.2A, a uniform methodology was utilized to develop the subcontracting goals for this contract. The subcontracting goals are as follows; small business 22%, Small Disadvantaged Business (SDB) 11%, Women-Owned Small Business (WOSB) 5%, Veteran-Owned Small Business (VOSB) 1%, Service-Disabled Veteran-Owned Small Business (SDVOSB) 1%, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI) 1%, and HUBZones 1%. The contractor will be allow to include all lower tiered subcontracts in calculating socioeconomic goal performance. The ISS Contract Strategy homepage can be found at url: http://jsc-web-pub.jsc.nasa.gov/bd01/excellent-strategy/ The NAICS Code and Size Standard are 541710 and 1,500 employees. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. An Ombudsman has been appointed, See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#103930)
 
Record
SN00225521-W 20021219/021217213844 (fbodaily.com)
 
Source
FedBizOpps.gov 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.