MODIFICATION
D -- NEAR EARTH NETWORKS SERVICES EXTENSION
- Notice Date
- 2/1/2010
- Notice Type
- Modification/Amendment
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG04DA00EXTD
- Response Due
- 2/11/2010
- Archive Date
- 2/1/2011
- Point of Contact
- Donna J Broderick, Contracting Officer, Phone 301-286-8162, Fax 301-286-6299, Email Donna.J.Broderick@nasa.gov
- E-Mail Address
-
Donna J Broderick
(Donna.J.Broderick@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a modification to the synopsis entitled Near Earth Networks Services postedon January 27, 2010. You are notified that the synopsis is revised to provideclarification of the contract extension period. Accordingly, the following text replacesthe synopsis Description text in its entirety:NASA intends to enter into a sole-source contract extension with Honeywell TechnologySolutions, Inc. (HTSI) pursuant to 10 U.S.C 2304(c)(1), Only One Responsible Source insupport of NASAs Goddard Space Flight Center Flight Projects Directorate. Thisprocurement is to extend the period of performance/effective ordering period of contractNNG04DA00C, Near Earth Networks Services (NENS), for a period of up to 1-year from April9, 2010 through April 8, 2011.NASA plans to extend the contract for a base period ofsix months, beginning April 9, 2010. An option for an additional six months, startingOctober 9, 2010, may be exercised if necessary. NASA is taking into account the pendingcorrective action on the follow-on procurement, Space Communications Networks Services(SCNS), and the planned 90 day phase in period, and is adding the option period to coverany further future delays that may occur in awarding the SCNS contract. There will be an increase in the Core and IDIQ estimated values in order to allow for thecontinuation of services, the modification of existing services, and for new work untilthe SCNS competitive follow-on contract is awarded. The contract extension and increasein Core and IDIQ values is necessary in order to ensure program continuity and criticalmission support and to avoid significant technical and programmatic impacts to NASAprograms. The scope of the existing work encompasses the following functionalrequirements: Project and Network Management, Planning, Management Reporting/Reviews,Financial Management, maintenance of and compliance with Performance Metrics, Propertyand Logistics Management, Configuration Management and Control, Security Management,Safety and Health Management, Quality Assurance, Environmental Management, Space NetworkOperations, TDRS Flight Operations, TDRS Console Support, Scheduling/Control/Status,NCCDS Operations, Scheduling of Non-customer Activities, Service Accounting, EngineeringConfiguration Management, Documentation Maintenance, Facilities Operations, andMaintenance, Custodial Services, Facilities Configuration Management and Documentation,SN Security, SN Logistics, WSC Administrative Computing, Networking, andTelecommunications, System Engineering and Development, Engineering Studies, MissionNetworks Loading, Modeling and Analysis, Requirements Development, Testing Simulations,and Integration, Hardware and Software Development, Facilities Engineering, SustainingEngineering, Software Maintenance, Hardware Maintenance, Logistics, Ground Network SpaceCommunications Services, Satellite Laser Ranging Network Operations, NASA IntegratedServices Network Interface support, Mission Unique Equipment support, FacilitiesOperations and Maintenance, and Alternate Wide Area Network Services. HTSI as the current and in-place incumbent, has the in-depth knowledge of governmentfacilities, networks and systems, management structure and personnel to provideuninterrupted continuation of mission critical support. An interruption and restart ofthe services currently being performed with a new contractor that is unfamiliar with theexisting networks, facilities, and the specific requirements of the NENS contract, wouldjeopardize the success of space exploration goals and critical on-orbit assets as well asthe day to day operation of the ground and space networks managed by various NASAdirectorates. Due to the time and substantial duplication of costs involved in procuringand phasing in another contractor at this time, HTSI is considered the only contractorthat can meet NASAs GSFC needs given the short period of performance for the extension. The Government does not intend to acquire a commercial item using FAR Part 12. See Note26. Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon February 11, 2010. Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to conduct this procurement on a competitive basis.A determination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below. The due date for responses is not extended.Documents related to this procurement will be available over the Internet. Thesedocuments will reside on a World Wide Web (WWW) server, which may be accessed using a WWWbrowser application. The Internet site, or URL, for the NASA/GSFC Business Opportunitieshome page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 Offerors are responsible for monitoring this site for the release of the solicitation andany amendments. Potential offerors are responsible for downloading their own copy ofthe solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG04DA00EXTD/listing.html)
- Record
- SN02054132-W 20100203/100201234530-3f6785bb242d0245fce52e96315b87ba (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 |