SOLICITATION NOTICE
A -- Stages Production and Evolution Contract
- Notice Date
- 2/23/2018
- Notice Type
- Presolicitation
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
- ZIP Code
- 35812
- Solicitation Number
- NNM18ZXP003L
- Point of Contact
- Michael Eagan, Phone: 2565446679, Jennifer B. McCaghren, Phone: (256) 961-7454
- E-Mail Address
-
michael.c.eagan@nasa.gov, jennifer.b.mccaghren@nasa.gov
(michael.c.eagan@nasa.gov, jennifer.b.mccaghren@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/MSFC has a requirement for the continued Design, Development, Test, and Evaluation (DDT&E) and low-rate initial production of the Space Launch System (SLS) Stages element, which is being developed under the SLS Stages contract, NNM07AB03C with The Boeing Company (Boeing). SLS is the launch vehicle designed to send people and hardware to low earth orbit and beyond. The vehicle is an element of the overall Exploration Systems Development (ESD) architecture that includes launch vehicles, spacecraft, mission systems and ground systems needed to embark on a robust human solar system exploration program. The current stages contract includes the Core Stage (CS) and the Exploration Upper Stage (EUS) and is a significant portion of the propulsion platform that provides power to the SLS. The acquisition contemplated to fulfill the Government's requirements for finalizing DDT&E and transitioning to low-rate initial production is the Stages Production and Evolution Contract (SPEC). SPEC will support the ESD architecture through the production and evolution of the Stages launch system for Exploration Missions (EMs) potentially through 2031; including sustaining engineering, ground and flight operations support, and the development of block upgrades which will represent new capabilities and functions required in addition to the base vehicle design. Some of these block upgrades may have a notable impact on the vehicle design. SPEC is for the DDT&E and production of the SLS Stages launch system to support the Agency's exploration launch date requirement of EM-3 in 2023, with a subsequent launch rate of one launch per year through 2031. Given currently available performance data on the Stages DDT&E contract, the lead-time for the production of the CS and EUS is 48 months. Ultimately, SPEC will allow the Government to procure the Stages launch system for up to 10 additional missions, Flights 3-12, cover Flights 1 and 2, and address any potential acceleration in launch rate that may occur during the period of performance. NASA/MSFC intends to procure the above requirements on a sole-source basis from Boeing under the authority of 10 U.S.C § 2304 (c) (1) and FAR 6.302-1, "Only One Responsible Source and No Other Suppliers or Services Will Satisfy Agency Requirements" should no other respondents be capable of effectively producing one or both stages. Boeing is the incumbent contractor under the current Stages contract and is responsible for the DDT&E and production of the highly specialized Stages launch system to meet mission requirements through EM-2. Boeing has developed critical knowledge, capabilities, and essential infrastructure during performance of the current DDT&E contract, which uniquely qualifies them to support the production and operations of Stages under SPEC. These qualifications position Boeing to support an effective, timely, and safe transition to SPEC without substantial duplication of cost and schedule delays that would result from awarding SPEC to a new contractor. In addition, Boeing is uniquely qualified as the incumbent to ensure knowledge gained in performance of the current contract is transitioned to SPEC, including stabilization of the production process, incorporation of block upgrades, and the reduction of costs through learning curves as the program transitions to low rate initial production. Ultimately, this sole source contract will progressively reduce the risk associated with performance and support a future contract for full-rate production and operations. The Government does not intend to acquire a commercial item using FAR Part 12. The North American Industry Classification System (NAICS) code for this acquisition is 336414, "Guided Missiles and Space Vehicle Manufacturing," and has a size standard of 1,250 employees. This notice of intent is not a request for competitive proposals. All responsible sources may submit a written capability statement which shall be considered by the Agency. Interested organizations may submit their capabilities and qualifications to perform the effort via email to michael.c.eagan@nasa.gov no later than 4:00 p.m. CST on March 27, 2018. Such capabilities and qualifications will be evaluated solely for the purpose 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 open competition basis, based upon responses to this notice, is solely within the discretion of the Government. All information received from this notice shall be used for planning purposes only. This notice is not to be construed as a commitment by the Government nor will the Government pay for information submitted. As stipulated in FAR 15.201 (e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This notice is subject to FAR 52.215-3, Request for Information or Solicitation for Planning Purposes. Any responses to this notice that are subject to export controlled items should be properly marked as such. Oral communications are not acceptable in response to this notice. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f4651ac4ba2e9841c226cca34050a43d)
- Record
- SN04833721-W 20180225/180223231941-f4651ac4ba2e9841c226cca34050a43d (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 |