SPECIAL NOTICE
J -- Extension of Extravehicular Activity Space Operations Contract, NNJ10TB01C, through Fiscal Year2024
- Notice Date
- 4/12/2018
- Notice Type
- Special Notice
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Mail Code: BG, Houston, Texas, 77058-3696, United States
- ZIP Code
- 77058-3696
- Solicitation Number
- 80JSC018ESOC
- Archive Date
- 5/29/2018
- Point of Contact
- Kelly L. Rubio, Phone: 2812447890, Christian C. Gaspard, Phone: 2814830034
- E-Mail Address
-
kelly.l.rubio@nasa.gov, chris.gaspard@nasa.gov
(kelly.l.rubio@nasa.gov, chris.gaspard@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/Johnson Space Center (JSC) (Agency) has a requirement for contractor products and services to support Extravehicular Activity (EVA) systems for the International Space Station (ISS). These products and services include Extravehicular Mobility Unit (EMU) Space Suit sustaining engineering and processing; EVA tools/crew aid sustaining engineering and processing; hardware integration and mission planning; and EVA hardware development as needed to sustain the EMU and associated hardware through the life of the ISS vehicle. NASA/JSC intends to contract with Hamilton Sunstrand Space Systems International, Inc. (HSSSI), UTC Aerospace Systems, for these requirements on a sole source basis, beginning in October 2020 to support full and complete utilization of the ISS through at least 2024. These requirements are being procured through HSSSI, as they are the only proven responsible source that can satisfy Agency requirements. The original EVA EMU requirements were procured utilizing full and open competition and the resulting contract was awarded to HSSSI in 1977. HSSSI is the only company that possesses the complete set of unique capabilities and the expertise required to provide an end-to-end solution for ISS EVA systems flight-to-flight and event-to-event processing and sustaining engineering necessary to meet the Government's minimum needs. Some of the required assets to sustain the EMU were developed utilizing HSSSI corporate assets and are not available to provide to other vendors. Additionally, to meet the EMU Original Equipment Manufacturer (OEM) requirements, HSSSI developed highly specialized manufacturing processes, process specifications, design and manufacturing notebooks, and detailed instructions to support the EMU hardware. This documentation is proprietary to HSSSI and therefore is not available to provide to other vendors. The Government does not intend to acquire a commercial item using FAR Part 12. Interested companies may submit their capabilities and qualifications statement to perform the effort via email to the Contracting Officer at kelly.l.rubio@nasa.gov, no later than 4:30 p.m. Central Daylight Time (CDT) on May 14, 2018. Such capabilities/qualifications will be evaluated solely for determining whether 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. Responses cannot exceed three (3) pages. Any pages exceeding this threshold will be discarded and will not be evaluated. Oral communications are not acceptable in response to this notice. All respondents may submit a capabilities statement that shall be considered by the agency. 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. For purposes of determining small business goals for this procurement, entities from the various small business categories that may be interested in subcontracting opportunities may submit their information via email to the Contracting Officer at kelly.l.rubio@nasa.gov, no later than 4:30 pm CDT on May 14, 2018. Responses must include the following: name and address of firm, size of business; average annual revenue for past three (3) years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). All responses, including capability statements, are not to exceed three (3) pages in length. Any pages exceeding this threshold will be discarded and will not be evaluated. Technical questions should be directed to: lorraine.o.anderson@nasa.gov. Procurement related questions should be directed to: kelly.l.rubio@nasa.gov. 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 (NAIS). It is the potential responder's responsibility to monitor these sites for the release of any solicitation or synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1e376d08626e634adf3046668c871781)
- Record
- SN04887535-W 20180414/180412230853-1e376d08626e634adf3046668c871781 (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 |