Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2016 FBO #5286
SOURCES SOUGHT

A -- Partnership Opportunity Document (POD) with NASA's Goddard Space Flight Center for Planetary Mission Ground Support Equipment

Notice Date
5/12/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NASA-GSFC-POD-PLANETARY-MISSION-GROUND-SUPPORT-EQUIPMENT
 
Point of Contact
Wanda B. Moore, Phone: 3012868084, Julia Breed, Phone: 3012860990
 
E-Mail Address
wanda.b.moore@nasa.gov, julia.w.breed@nasa.gov
(wanda.b.moore@nasa.gov, julia.w.breed@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Partnership Opportunity Document (POD), with NASA's Goddard Space Flight Center (GSFC) for Planetary Mission Ground Support Equipment. 1.0 General Information Contracting Office Address NASA/Goddard Space Flight Center Code 210.S Greenbelt, MD 20771 2.0 Introduction and Scope This partnership opportunity is for the NASA Discovery 2014 (NNH14ZDA014O) Opportunity. NASA's GSFC is seeking a partner for ground support equipment for a proposal that is currently in Phase A. The Discovery Opportunity is a two-step process, with the first proposal response being primarily focused on the scientific merit and technical feasibility of the proposed mission and its associated scientific investigation. The initial submissions have been down-selected after formal peer review and the resultant subset of five proposals are funded to perform Phase A mission concept studies. During Phase A, proposals are expanded and refined to detail the entire end-to-end life cycle concept, with greater attention to engineering implementation, cost, and schedule. Phase A ends with a Concept Study Report (CSR), which is the Step 2 proposal and then a Site Visit. The following schedule should be used as a basis for responses to this opportunity: Partnership Opportunity Document Released - May 12, 2016 Responses due - May 31, 2016 EDT 3pm Partner Selection announced - June 16, 2016 Concept Study Report Submitted - August, 2016 Site Visit - November, 2016 Begin Phase B - January 1, 2017 This partnership opportunity is being issued to interested and qualified teaming partners to help prepare the NASA's GSFC concepts for proposal submittal and to provide specific ground support equipment, should the mission be selected. 3.0 Funding For this partnership opportunity dealing with the preparation of the CSR, there will be no exchange of funds between the teaming partners. Funding will be available for Phase B and subsequent phases should the investigation be approved to continue through the mission-defined gates. NASA's GSFC reserves the option to not select any teaming partners under this POD offering on the basis of materials received. 3.0 Pre-selection Support 3.1 CSR Support It is expected that the selected POD respondent will provide support using the company's own resources to help develop the required CSR documentation. The respondent is expected to contribute to designing, documenting, and costing the specified equipment for inclusion in the CSR. This will involve meeting with the Mission Systems Engineer (MSE) and other proposal team members to help define the performance capabilities, delivery schedule, and overall approach. The period of performance for this interval is expected to last 4 months, culminating in CSR delivery in August, 2016. 3.2 Site Visit and Phase B preparation Following CSR submission, the proposal team will prepare for the Site Visit. The POD respondent is expected to be available to answer questions regarding the plans for the equipment, both from the proposal team and from NASA headquarters. During this time, the POD respondent is also requested to prepare for Phase B work in order to be able to start immediately upon selection (January 1, 2017, per the Discovery Program). Should the mission be selected, any contract award is subject to the negotiation of mutually agreeable terms and conditions, and the Government is under no obligation to enter into a contract. 4.0 Mission Testing Support At the end of Phase A, selection occurs. If the mission is selected for development and launch, the respondent will be responsible for the design, development, and test of the proposed ground support equipment. The respondent is responsible for identifying requirements and providing all aspects of the system (either directly, through purchasing or teaming arrangements). The period of performance for this interval is expected to last approximately 9 months. The equipment is expected to be fully verified and ready for first use by June 30, 2017. The equipment will then be used for testing throughout the lifecycle of the proposed mission (anticipated launch in 2021). 5.0 General Instructions for POD Response Potential respondents are asked to contact the GSFC Point of Contact (Julia W. Breed, Julia.W.Breed@nasa.gov. 301-286-0990) as soon as possible after release of this document with a Notice Of Interest (intentionally not called notice of intent). This contact does not create an obligation to respond to the POD, but allows GSFC to disseminate more details on the parameters of the ground support equipment requirements, and to provide answers to questions from potential partners. All Notice of Interest respondents will receive a document containing additional details on the equipment requirements, which can be used to facilitate a focused response to the partnership opportunity. These details are proprietary and competition sensitive and are not to be shared outside the teams necessary to prepare a full response. In addition, the second document will contain partner selection criteria. After receipt of the mission document, respondents may send questions to the GSFC proposal team at the e-mail address listed below. All questions and answers will be made available to those who respond to the Notice of Interest. The source of the questions shall be held confidential. Questions and answers that contain information unique to a respondent's proprietary approach will not be shared if they are identified as such. For purposes of this partnership opportunity, the contact is Julia Breed, Julia.W.Breed@nasa.gov 301-286-0990. 5.0 POD Response Instructions The respondent shall: 1) Demonstrate understanding and extensive experience in the design, fabrication, testing of similar equipment. The respondent shall: • Provide a technical summary/description of the proposed equipment including relevant heritage and experience • Explain what capabilities and efficiencies are afforded by this approach • List assumptions made • Recommend any further studies that are needed 2) Indicate what level of resources would be allocated to the proposal phase of support. • Discuss skills that will be provided and important analysis and trade studies that will be needed to develop the equipment. 3) Identify the pertinent customers for which the POD respondent has provided support • Provide data on scope and functions of heritage equipment, and its successful performance. • Provide customer reference POCs. 4) Provide a very Rough Order of Magnitude (ROM) cost estimate and timeline for the scope of the design, fabrication, and verification of the equipment. This ROM will not be considered a binding commitment, but will serve as a consideration during the partnership evaluation. The respondent should comment on the reasonableness of the placeholder cost and provide historic justification for the ROM. • List ideas and methods of keeping costs low and the risk of cost growth low, including utilization heritage designs and components or existing open market hardware to minimize costs and provide a more robust system. Identify cost savings or efficiencies. Responses to the Partnership Opportunity Document [POD] shall be in a presentation format (viewgraphs), submitted in Adobe pdf format, not to exceed 30 pages. The font size for the text shall be no smaller than 12 point. Responses will be treated as proprietary information and controlled as such. Vendors that have conflicted interest in this Announcement Opportunity will not be considered. The respondents shall deliver the requested information in presentation format. Final presentation packages must be received by May 31, 2016, 3:00pm EDT. Presentations are to be delivered electronically to Julia Breed at the above listed email address. This solicitation/synopsis is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. An ombudsman has been appointed. See Internet Note "B". The documents for this partnership opportunity will be in Adobe pdf format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL, of the the NASA Business Opportunities home page is https://www.fbo.gov/ It is the offerors responsibility to monitor this site for the release of the Partnership Opportunity Document and amendments (if any). Potential offerors will be responsible for downloading their own copy of the Partnership Opportunity Document and amendments, if any. 6.0 Acronym List AO Announcement of Opportunity CSR Concept Study Report EGSE Electrical Ground Support Equipment EDT Eastern Daylight Time GSFC Goddard Space Flight Center PEA Program Element Appendix POC Point of Contact POD Partnership Opportunity Document ROM Rough Order of Magnitude SALMON-2 Stand Alone Missions Of Opportunity Notice SOW Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d5f5e5bcfebdfad98536415eb75800d)
 
Place of Performance
Address: NASA/GSFC, Greenbelt, Maryland, 20771, United States
Zip Code: 20771
 
Record
SN04114948-W 20160514/160512234545-7d5f5e5bcfebdfad98536415eb75800d (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 |
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.