SOURCES SOUGHT
A -- BRIDGE TO FUTURE COMPETITIONS FOR PROGRAM MANAGEMENT SUPPORT FUNCTIONS TO THE CONSTELLATION PROGRAM
- Notice Date
- 7/17/2006
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BV
- ZIP Code
- 00000
- Solicitation Number
- CxBridgeContractNotice
- Response Due
- 8/3/2006
- Archive Date
- 7/17/2007
- Description
- Johnson Space Center (JSC) proposes to obtain authority contract by other than full and open competition for acquisition of support to the Constellation Program under the current NAS 9-20000 Space Flight Operations Contract (SFOC) The support is planned to continue under the SFOC follow-on contract, the Space Program Operations Contract (SPOC) NNJ06VA01C, which will be awarded no later than October 1, 2006. It is anticipated that the award of this capability, in the form of an ordering provision, will be via modification to the SFOC within the next few weeks. The SPOC will be awarded as a sole source procurement under a Justification For Other Than Full and Open Competition (JOFOC) approved on September 13, 2004 to United Space Alliance (USA); and it is anticipated SPOC would contain a similar ordering provision for Constellation work. The period of performance for this effort under the SPOC will end September 30, 2010. This action is being taken pursuant to FAR 6.302-1, to allow the Agency and the Constellation program sufficient time to strategically develop requirements for the new program and plan acquisition strategies for meeting those requirements. It is anticipated that the majority of those requirements will be competitive. Such requirements may include, concept development and trade analyses for flight operations trajectory planning, mission planning, development, integration and execution, and facilities and applications software planning; ground systems operations, maintenance and modification; vehicle processing, test and recovery operations; assembly and physical integration of Constellation test flight elements; mission preparation and planning, human spaceflight training, operations integration, operations application development; systems and cargo engineering and integration support to Constellation Program architecture studies associated with Shuttle derived launch vehicles; and general Constellation studies. This effort is planned to be awarded through delivery orders placed under the SFOC, and its successor contract, SPOC. Using USA to meet short term and interim requirements of the Constellation Program, is consistent with the NASA Authorization Act of 2005 (P.L. 09-155). NASA?s Human Capital Plan, required by section 502(c) of the Act, specifically addresses the use of existing contractor workforce in the transition process. While some segments of this work could potentially be done by another contractor, the potential for cost, schedule and technical risk during this time period is significant. Similar requirements are currently performed under SFOC/SPOC, and USA is the only known source with the wide range of unique skills, analytical capabilities and expertise developed over many years to provide the required support to Constellation that is available immediately without additional training or cost. Given that Constellation has made the decision to use Shuttle-derived technology in its program, there will be a strong commonality of operations and hardware between the two programs. USA is in a unique position to provide these services rapidly, and award to USA minimizes the risk to the completion of the shuttle program by 2010 and minimizes the risk of impacting the early Constellation Test Flight Program. Competition at this time is impractical, as there is no other company positioned to almost immediately begin Constellation work related to Shuttle and International Space Station (ISS). All responsible sources may submit a proposal which shall be considered by the Agency. All companies interested in subcontracting should contact USA directly. Place of Contract Performance: Johnson Space Center, Houston Texas; Kennedy Space Center, Orlando Florida; Marshall Space Flight Center, Huntsville Alabama. This acquisition will not be Set-aside. NO Faxes will be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Any referenced notes may be viewed at the following URLs linked below.
- 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#121176)
- Record
- SN01091153-W 20060719/060717221205 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |