Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2018 FBO #6186
SOLICITATION NOTICE

A -- 12- Month Extension to the Mission Operations and Integration (MO&I) Contract

Notice Date
10/29/2018
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
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
NNM19ZHP1030R
 
Point of Contact
Wade S. Amis, Phone: 256-961-9214, Melinda E Swenson, Phone: 256-544-0381
 
E-Mail Address
wade.s.amis@nasa.gov, melinda.e.swenson@nasa.gov
(wade.s.amis@nasa.gov, melinda.e.swenson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/MSFC has a requirement for continuation of specialized engineering services under the Mission Operations and Integration (MO&I) Contract. This contract involves mission preparation (plan), crew and flight controller training (train), and real-time operations (fly) requirements for spaceflight operations support. MO&I applies to operations support for all phases of flight (e.g. pre-launch, ascent, checkout, orbit determination, mission operations, de-orbit and descent, landing and post-landing). The Core Services of this contract establishes requirements for payload operations in support of the International Space Station (ISS) Payload Operations Integration Function (POIF). POIF develops integrated payload operations requirements, plans and processes and assures their compatibility with flight and ground systems across ISS. POIF staffs the Payload Operations Integration Center (POIC) cadre positions 24 hours a day, 7 days a week, and 365 days a year. POIF ensures payload safety and facilitates "user access" to ISS resources to maximize science return and enhance mission success. The contract provides the operations personnel and capability to accomplish; operations preparation, planning, training, and execution of on-orbit payload operations functions for Payloads, Payload Support Systems (PLSS), Expedite the Process to Space Station (EXPRESS) Rack, Minus Eighty Degree Laboratory Freezer for the ISS (MELFI), Window Observation Research Facility (WORF), Microgravity Science Glovebox (MSG), Microgravity Science Research Rack-1 (MSRR-1), EXPRESS Logistics Carrier (ELC), and post-flight and post-increment functions. In an effort to become more efficient, save cost, drive program integration, and lessen contract administrative overhead it has been determined that combining MO&I and Huntsville Operations Support Center (HOSC) efforts under one contract vehicle is in the Government's best interest. As a result, MO&I requirements will be combined with the HOSC requirements under a separate MSFC procurement activity to form a new contract that dictates both MO&I and HOSC requirements. A 12-month extension of the MO&I contract is required to align the MO&I contract end date with the current end date of the HOSC contract (March 31, 2019). This will provide the Procurement Development Team (PDT)/Source Evaluation Board (SEB) participants working the recompetition effort the authority and ability to combine contract requirements (SOW, DRDs, etc.) for a consolidated MO&I/HOSC procurement effort. NASA/MSFC intends to procure the continuation of services through a 12-month extension to the current MO&I contract with Teledyne Brown Engineering (TBE) 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". The Government does not intend to acquire a commercial item using FAR Part 12. 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 wade.s.amis@nasa.gov no later than 4:00 p.m. CST on November 13, 2018. Such capabilities and 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. 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/5a1082a6d9b7db91e646a0e136532283)
 
Place of Performance
Address: NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
Zip Code: 35812
 
Record
SN05136677-W 20181031/181029230429-5a1082a6d9b7db91e646a0e136532283 (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.